Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ESCC LC Highways Infrastructure Services 2023-2030

  • First published: 13 November 2021
  • Last modified: 13 November 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
East Sussex County Council
Authority ID:
AA22004
Publication date:
13 November 2021
Deadline date:
13 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

As detailed in the procurement documents

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Sussex County Council

County Hall,St. Annes Crescent

LEWES

BN71UE

UK

Contact person: Laura Curme

E-mail: Laura.Curme@eastsussex.gov.uk

NUTS: UKJ22

Internet address(es)

Main address: http://www.eastsussex.gov.uk/procurement

Address of the buyer profile: www.sesharedservices.org.uk/esourcing

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sesharedservices.org.uk/esourcing


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sesharedservices.org.uk/esourcing


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ESCC LC Highways Infrastructure Services 2023-2030

Reference number: ESCC - 033618

II.1.2) Main CPV code

45233139

 

II.1.3) Type of contract

Works

II.1.4) Short description

East Sussex County Council (the Contracting Authority) is seeking to appoint a single provider to enter into a contract for the provision of the maintenance, improvement and design of the publicly maintained highways and civil infrastructure within the ESCC region.

The main services to be provided are:

Highways maintenance (including road and bridges)

Highways winter maintenance

Highways improvements (including capital schemes)

Highways professional services (Including design)

Design Services including:

Transportation modelling and forecasting, Transportation impact assessments, LTP Highway

design and supervision, Contract preparation and Measurement, Traffic Signal design/ ITS, Traffic

Sign design, Road safety auditing, Public Exhibitions, Highways and Transport Management

Consultancy, Project Management, Highway visual inspections, Section 38 New Streets Admin,

Highway structural maintenance design and supervision, 3D highways design and modelling, CDM

coordination, Drainage design, Bridge design and assessment, Topographical surveys, Flood risk

assessment, LTP programme management, Traffic noise and vibration studies, Virtual reality

modelling, Statutory procedures (e.g. Planning, CPO, SRO), Road restraint system inspection and design, Bridge management, Bridge inspections, Bridge routine maintenance, S278 design checks, Landscaping, Ecology, Air Quality, Archaeology, Ground penetrating radar surveys, Geotechnical investigations and testing, Noise surveys, Street lighting design, Contaminated site remediation,

Waste infrastructure design and project management, Building structure design, Traffic and transport data collection.

II.1.5) Estimated total value

Value excluding VAT: 730 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34929000

34970000

34990000

43300000

44000000

45000000

71000000

77310000

77340000

79900000

90620000

90640000

98000000

II.2.3) Place of performance

NUTS code:

UKJ22


Main site or place of performance:

England - South East

II.2.4) Description of the procurement

As detailed in the procurement documents

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 730 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 167

This contract is subject to renewal: Yes

Description of renewals:

It is anticipated that the contract term will be up to a maximum of 13 years 11 months (i.e. 6 year 11 month initial term plus option to extend for one additional 7 year period).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Please refer to the Selection Questionnaire

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents and the contract.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/12/2021

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 17/01/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Selection Questionnaire responses and tenders are to be completed electronically using the SE Shared Services Procurement eSourcing portal (https://www.sesharedservices.org.uk/esourcing/opportunities). The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates must register their organisation on the SE Shared Services portal.

Bidders will need to sign a Confidentiality Undertaking to access the documents on the portal and make submissions.

Bidders will remain responsible for all costs and expenses incurred by them or by any third party the Bidders use or rely upon to take part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. East Sussex County Council reserves the right, acting in accordance with PCR2015, at any time to: i) reject any or all responses ;; ii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; iii) require a Bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); iv) cancel/terminate the procurement process at any time; and v) amend for all Bidders the terms and conditions of the selection and evaluation process.

The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.

Employment Regulations 2006 may apply and applicants should seek their own legal advice on this subject.

The East Sussex County Council reserves the right to procure from the successful Bidder services consisting of the repetition of similar services entrusted to the successful Bidder in conformity with the terms of the original contract and as indicated in it, acting in accordance with Regulation 32(9) and (10).

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

UK

Telephone: +44 2079477882

Internet address(es)

URL: http://www.justice.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Any appeals should be promptly brought to the attention of the Philip Baker Assistant Chief Executive Director of the Council at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

VI.5) Date of dispatch of this notice

12/11/2021

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
43300000 Construction machinery and equipment Machinery for mining, quarrying, construction equipment
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
34990000 Control, safety, signalling and light equipment Miscellaneous transport equipment and spare parts
90640000 Gully cleaning and emptying services Cleaning and sanitation services in urban or rural areas, and related services
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
34929000 Highway materials Road equipment
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
98000000 Other community, social and personal services Other Services
77310000 Planting and maintenance services of green areas Horticultural services
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
34970000 Traffic-monitoring equipment Miscellaneous transport equipment and spare parts
77340000 Tree pruning and hedge trimming Horticultural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Laura.Curme@eastsussex.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.