Open Closing in a 29 days
Public Realm
Descriptions
The Council's detailed requirements for the Supplies, Services, and/or Works are set out in the suite of Specification documents relevant to the specific Lots, which can be accessed on the Council's eProcurement portal, and applicable details across all other documents which form the Procurement Document Suite.
The Council is conducting this procurement under the Procurement Act 2023 (UKPGA 2023/54), using the Competitive Flexible Procedure to identify the Supplier(s) for the Supplies, Services, and/or Works.
No information in this document is, or should be relied upon as, an undertaking or representation as to the Council's ultimate decision as to whether it will award the proposed Contract(s) in relation to the Supplies, Services, and/or Works.
Potential Suppliers participate in this procurement process at their own risk. The Council shall not accept liability nor provide any reimbursement for any costs or losses incurred by a Potential Supplier in relation to their participation in this procurement process, nor for any cancellation or amendment to this procurement process.
The procurement is for 5 Lots and 6 Contracts as set out below:
Lot A: Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance (1 (one) Contract)
Lot B: Street lighting and signs (Planned and Reactive Maintenance) (1 (one) Contract)
Lot C: Highways Drainage (Gully cleansing and gully repairs) (1 (one) Contract)
Lot D: Projects (2 (two) Contracts)
Lot E: Grounds Maintenance (1 (one) Contract)
The Council therefore intends to enter into 1 Contract with a single Supplier for each of Lots A, B, C, and E. For Lot D the Council intends to enter into 2 Contracts with each of the first and second placed Potential Suppliers for that Lot. The first placed Potential Supplier will be awarded the Main Contract, and the second placed Potential Supplier will be awarded the Back Up Contract.
The Lot D Back Up Supplier is not guaranteed any volume of work under the Back Up Lot D Contract. The Council may engage the Back Up Lot D Supplier to support the Main Contract Supplier up to an initial allocation of 10% of the value of the Main Lot D Contract, with the option to increase this to 20%, to be applied on the basis of project type and/or project value and/or project urgency, at the Council's absolute discretion. If the Main Lot D Supplier is unable to continue to deliver the Main Lot D Contract for any reason, including but not limited to termination, insolvency, or poor performance, the Council reserves the right to award the Main Lot D Contract to the Back Up Lot D Supplier for the remainder of its term, (including any extension exercised by the Council), rather than re-procuring the Lot D Contract. This transfer option is wholly at the Council's discretion. In any event once the Council issues a purchase order to the Back Up Supplier for a required output, the Back Up Supplier will undertake the work item assigned to them, from the point of instruction through to completion.
The anticipated Contract Start Date for each Contract is set out in the Procurement Timetable published on the Council's eProcurement portal.
The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.
For the avoidance of doubt, Potential Suppliers should be aware that following award of the Contracts should the successful Supplier(s) subsequently find that their tendered solution and/or price is not accurate and/or sustainable then the successful Supplier(s) will not be permitted to amend their price offer to require any further monies associated with the full provision of the Supplies, Services, and/or Works.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
90000000 - Sewage, refuse, cleaning and environmental services
50000000 - Repair and maintenance services
45000000 - Construction work
60000000 - Transport services (excl. Waste transport)
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
71000000 - Architectural, construction, engineering and inspection services
34000000 - Transport equipment and auxiliary products to transportation
Keywords
transport equipment
vehicle components
mobility aids
logistics gear
vehicle accessories
transportation support
transport tools
auxiliary transport systems
conveyance items
movement equipment
Construction structures and materials
construction work
building construction
civil engineering
infrastructure projects
site construction
building sites
structural work
construction services
renovation work
public works
equipment repair service
preventive maintenance program
troubleshooting visit
onsite repair support
maintenance contract service
repair diagnostics
component replacement service
service schedule planning
emergency repair team
calibration service
road passenger transport
general freight shipment
logistics delivery service
transport vehicle operation
non-waste transport service
transit route operation
haulage logistics service
cargo transport management
transport network provisioning
transport planning service
architectural services
building engineering
technical design
construction consultancy
structural engineering
inspection services
surveying
planning consultancy
facility design
agricultural services
forestry services
horticultural services
aquacultural services
apicultural services
farm support
crop maintenance
timber services
fish farming support
beekeeping services
waste management
environmental hygiene
sanitation services
refuse collection
sewage management
environmental cleaning
public sanitation
waste disposal
ecological services
urban cleaning
Tender Lot Details
2 Tender Lots
Workflows
Status :
Procedure :
Suitable for SME :
Nationwide :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
Tenderbase ID :
Low Value :
High Value :
Buyer Information
Procurement contact
Name :
Phone :
Email :
Possible Competitors
1 Possible Competitors