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