Notice Information
Notice Title
Infrastructure Maintenance and Improvements
Notice Description
Southend-on-Sea City Council ("the Authority") is seeking expressions of interest from suitably qualified and experienced organisations to maintain, manage and improve its highway network and associated assets. The key objectives are outlined as follows: Ensuring the network is safe for users, as far as is reasonably practicable. Maintaining the value of the infrastructure assets to ensure sound financial management. Maintaining the visual appearance of the network in Southend-on-Sea. Maintaining availability of the highway network so that highway users are free to travel with minimal disruption due to works being undertaken, or due to failure to properly manage the assets. Minimising disruption so that those living and working in Southend-on-Sea suffer minimal disruption from works being undertaken on the highway. Scope including but not limited to: Undertake the role of the Principal Contractor under the CDM Regulations. Collaborating with the Service Manager to determine the optimum levels of service to be carried out in any given year. Providing and managing people, plant and materials and other resources, including suppliers and specialists, to match the level of service required by the Service Manager. Integrating systems and processes with those of the Service Manager to improve efficiency and effectiveness of the core maintenance service. Providing timely and accurate data to inform and support and justify the contract performance measurements. Assisting the Service Manager in the management of, and communication with, those affected by the activities being undertaken in the core service. Helping the Service Manager to manage network occupancy effectively thorough compliance with the Traffic Management Act and New Roads and Street Works Act, including providing all necessary notifications within the appropriate timescales. Supporting the Service Manager in undertaking the various duties as part of the Coastal Protection & Lead Local Flood Authority roles. Cooperation with others carrying out work for the Service Manager to optimise the delivery of the overall services. Maintaining and providing contemporary records of work carried out in electronic format agreed by the Service Manager from time to time. In the course of the work, collecting and providing inventory and 'as-built' records requested by the Service Manager. Maintaining a supply chain of specialist contractors for implementation of specialist products on an ad-hoc basis. Confirming the presence of utilities plant and apparatus on site. Managing work with economy and efficiency in mind. Interested applicants are directed to Sections 11.2.4 and V.1.3 below for further details in relation to the Contract.
Lot Information
General highways maintenance, planned machine resurfacing, street lighting/electrical works and highways improvements (new works)
Southend-on-Sea ("the Authority") is a unitary council with responsibility for highways maintenance and improvements and flood and coastal protection. This contract is for the following highways maintenance and improvements and flood and coastal protection: 1) Immediate and emergency services 2) Immediate and emergency services out of hours call out facility 3) Highway inspection or reported defects 4) Planned tasks 4) Local structure repair 5) Programmed carriageway and footway resurfacing 6) Bridges and other structures 7) Street lighting 8) Flood risk 9) Gully maintenance and improvements 10) Drainage/ SUDs 11) Cliff stability 12) Coastal protection 13) Road markings, street furniture and signage 14) Public realm and highway improvements 15) Winter maintenance 16) Highway verge maintenance 16) Professional services including project planning, design and documentation, project management, tendering and procurement, constructions supervision and post construction services. The procurement documents provide further information about these elements of the requirements. The Authority is seeking a single contract to provide the works and services. The Authority will implement the restricted procedure and further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. The Authority's needs and requirements for the contract are included in the procurement documentation. This procurement is undertaken using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://procontract.due-north.com Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to invite five economic operators to tender provided there are sufficient economic operators that submit and pass the SQ stage. Further details are set out in the procurement documents published alongside this notice. The Authority intends to award the contract to the economic operator who submits the Most Economically Advantageous Tender and full details of the evaluation methodology will appear in the Invitation To Tender documentation.
Options: The Contract will be for an initial term of 7 years (unless terminated earlier in accordance with its terms), with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 7 years. Therefore if all extensions were taken the full contract duration shall be 14 years.
Renewal: The Contract will be for an initial term of 7 years (unless terminated earlier in accordance with its terms), with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 7 years. Therefore if all extensions were taken the full contract duration shall be 14 years.
Traffic signal maintenance and provision of new equipmentTraffic signal maintenance and provision of new equipment
Coastal defences repairs and improvementsCoastal defences repairs and improvements
Highway Structural MaintenanceHighway structural maintenance
Winter MaintenanceWinter maintenance
Gully CleansingGully Cleansing
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040d71
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004054-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
34996100 - Traffic lights
45220000 - Engineering works and construction works
45223000 - Structures construction work
45233000 - Construction, foundation and surface works for highways, roads
45233100 - Construction work for highways, roads
45233139 - Highway maintenance work
45233141 - Road-maintenance works
45243000 - Coastal-defence works
71311220 - Highways engineering services
71332000 - Geotechnical engineering services
90620000 - Snow-clearing services
90630000 - Ice-clearing services
90640000 - Gully cleaning and emptying services
Notice Value(s)
- Tender Value
- £200,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Feb 20251 years ago
- Submission Deadline
- 10 Mar 2025Expired
- Future Notice Date
- 4 Jun 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active, Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTHEND-ON-SEA CITY COUNCIL
- Contact Name
- Anton Bull, Mr Anton Bull
- Contact Email
- antonbull@southend.gov.uk
- Contact Phone
- +44 1702215000, +44 7882935464
Buyer Location
- Locality
- SOUTHEND-ON-SEA
- Postcode
- SS2 6ER
- Post Town
- Southend-on-Sea
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH3 Essex
- Small Region (ITL 3)
- TLH31 Southend-on-Sea
- Delivery Location
- TLH31 Southend-on-Sea
-
- Local Authority
- Southend-on-Sea
- Electoral Ward
- Victoria
- Westminster Constituency
- Southend East and Rochford
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-040d71-2025-02-06T17:03:12Z",
"date": "2025-02-06T17:03:12Z",
"ocid": "ocds-h6vhtk-040d71",
"initiationType": "tender",
"tender": {
"id": "DN707403",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Infrastructure Maintenance and Improvements",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
"mainProcurementCategory": "works",
"description": "Southend-on-Sea City Council (\"the Authority\") is seeking expressions of interest from suitably qualified and experienced organisations to maintain, manage and improve its highway network and associated assets. The key objectives are outlined as follows: Ensuring the network is safe for users, as far as is reasonably practicable. Maintaining the value of the infrastructure assets to ensure sound financial management. Maintaining the visual appearance of the network in Southend-on-Sea. Maintaining availability of the highway network so that highway users are free to travel with minimal disruption due to works being undertaken, or due to failure to properly manage the assets. Minimising disruption so that those living and working in Southend-on-Sea suffer minimal disruption from works being undertaken on the highway. Scope including but not limited to: Undertake the role of the Principal Contractor under the CDM Regulations. Collaborating with the Service Manager to determine the optimum levels of service to be carried out in any given year. Providing and managing people, plant and materials and other resources, including suppliers and specialists, to match the level of service required by the Service Manager. Integrating systems and processes with those of the Service Manager to improve efficiency and effectiveness of the core maintenance service. Providing timely and accurate data to inform and support and justify the contract performance measurements. Assisting the Service Manager in the management of, and communication with, those affected by the activities being undertaken in the core service. Helping the Service Manager to manage network occupancy effectively thorough compliance with the Traffic Management Act and New Roads and Street Works Act, including providing all necessary notifications within the appropriate timescales. Supporting the Service Manager in undertaking the various duties as part of the Coastal Protection & Lead Local Flood Authority roles. Cooperation with others carrying out work for the Service Manager to optimise the delivery of the overall services. Maintaining and providing contemporary records of work carried out in electronic format agreed by the Service Manager from time to time. In the course of the work, collecting and providing inventory and 'as-built' records requested by the Service Manager. Maintaining a supply chain of specialist contractors for implementation of specialist products on an ad-hoc basis. Confirming the presence of utilities plant and apparatus on site. Managing work with economy and efficiency in mind. Interested applicants are directed to Sections 11.2.4 and V.1.3 below for further details in relation to the Contract.",
"lotDetails": {
"awardCriteriaDetails": "The number of lots may change at the discretion of the Authority either in response to feedback received through the market engagement sessions or through further analysis by the Authority that determines a different number of lots may lead to better value for money. The lots envisaged are: 1) General highways maintenance, planned machine resurfacing, street lighting/electrical works, highways improvements (new works) 2) Traffic signal maintenance and provision of new equipment 3) Coastal defences repairs and improvements 4) Highway structural maintenance 5) Winter maintenance 6) Gully Cleansing"
},
"lots": [
{
"id": "1",
"title": "General highways maintenance, planned machine resurfacing, street lighting/electrical works and highways improvements (new works)",
"description": "Southend-on-Sea (\"the Authority\") is a unitary council with responsibility for highways maintenance and improvements and flood and coastal protection. This contract is for the following highways maintenance and improvements and flood and coastal protection: 1) Immediate and emergency services 2) Immediate and emergency services out of hours call out facility 3) Highway inspection or reported defects 4) Planned tasks 4) Local structure repair 5) Programmed carriageway and footway resurfacing 6) Bridges and other structures 7) Street lighting 8) Flood risk 9) Gully maintenance and improvements 10) Drainage/ SUDs 11) Cliff stability 12) Coastal protection 13) Road markings, street furniture and signage 14) Public realm and highway improvements 15) Winter maintenance 16) Highway verge maintenance 16) Professional services including project planning, design and documentation, project management, tendering and procurement, constructions supervision and post construction services. The procurement documents provide further information about these elements of the requirements. The Authority is seeking a single contract to provide the works and services. The Authority will implement the restricted procedure and further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. The Authority's needs and requirements for the contract are included in the procurement documentation. This procurement is undertaken using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://procontract.due-north.com Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to invite five economic operators to tender provided there are sufficient economic operators that submit and pass the SQ stage. Further details are set out in the procurement documents published alongside this notice. The Authority intends to award the contract to the economic operator who submits the Most Economically Advantageous Tender and full details of the evaluation methodology will appear in the Invitation To Tender documentation.",
"status": "active",
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will be for an initial term of 7 years (unless terminated earlier in accordance with its terms), with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 7 years. Therefore if all extensions were taken the full contract duration shall be 14 years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contract will be for an initial term of 7 years (unless terminated earlier in accordance with its terms), with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 7 years. Therefore if all extensions were taken the full contract duration shall be 14 years."
}
},
{
"id": "2",
"title": "Traffic signal maintenance and provision of new equipment",
"description": "Traffic signal maintenance and provision of new equipment",
"status": "planned"
},
{
"id": "3",
"title": "Coastal defences repairs and improvements",
"description": "Coastal defences repairs and improvements",
"status": "planned"
},
{
"id": "4",
"title": "Highway Structural Maintenance",
"description": "Highway structural maintenance",
"status": "planned"
},
{
"id": "5",
"title": "Winter Maintenance",
"description": "Winter maintenance",
"status": "planned"
},
{
"id": "6",
"title": "Gully Cleansing",
"description": "Gully Cleansing",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233000",
"description": "Construction, foundation and surface works for highways, roads"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45243000",
"description": "Coastal-defence works"
},
{
"scheme": "CPV",
"id": "71311220",
"description": "Highways engineering services"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
},
{
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
},
{
"scheme": "CPV",
"id": "90630000",
"description": "Ice-clearing services"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
},
{
"region": "UKH31"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34996100",
"description": "Traffic lights"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45243000",
"description": "Coastal-defence works"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "71311220",
"description": "Highways engineering services"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
},
{
"scheme": "CPV",
"id": "90630000",
"description": "Ice-clearing services"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90640000",
"description": "Gully cleaning and emptying services"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
}
],
"relatedLot": "6"
}
],
"communication": {
"futureNoticeDate": "2024-06-05T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 200000000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The particular conditions set out in the contract documents which will be included in the invitation to tender (made available in draft with the procurement documents published with this contract notice). The Contract will be based on the NEC4 Term Service Contract with suitable amendments and organisations are referred to the procurement documents for further information.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2025-03-10T12:00:00Z"
},
"secondStage": {
"invitationDate": "2025-04-02T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-60736",
"name": "Southend-on-Sea City Council",
"identifier": {
"legalName": "Southend-on-Sea City Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Civic Centre",
"locality": "SOUTHEND-ON-SEA",
"region": "UKH31",
"postalCode": "SS26ER",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Anton Bull",
"telephone": "+44 7882935464",
"email": "antonbull@southend.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southend.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-47541",
"name": "Southend-on-Sea City Council",
"identifier": {
"legalName": "Southend-on-Sea City Council"
},
"address": {
"streetAddress": "Civic Centre, Victoria Avenue",
"locality": "Southend on Sea",
"region": "UKH31",
"postalCode": "SS2 6ER",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Anton Bull",
"telephone": "+44 1702215000",
"email": "antonbull@southend.gov.uk",
"url": "https://procurement.southend.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southend.gov.uk/",
"buyerProfile": "http://www.southend.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-137281",
"name": "High Courts of Justice The Royal Court of Justice",
"identifier": {
"legalName": "High Courts of Justice The Royal Court of Justice"
},
"address": {
"locality": "London",
"postalCode": "WCA 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-47541",
"name": "Southend-on-Sea City Council"
},
"language": "en",
"description": "The Authority is seeking a single contract to provide the services as described in Section II.2.4 (Description of the Procurement). This procurement will be conducted pursuant to the restricted procedure using the Authority's electronic tendering system at https://procurement.southend.gov.uk/ (or if you are already registered - https://procontract.due-north.com/Login). An applicant may be a single organisation or a consortium. In addition, applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the procurement documents. Applicants are referred to the SQ Guidance in the procurement documents for requirements that apply in these cases. Organisations wishing to be considered for this contract must register on the portal to participate, download the procurement documentation and complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation and no later than the deadline in IV.2.2. Please note that sufficient time must be allowed to upload responses as the Authority is under no obligation to consider responses submitted after that deadline. If you have any technical problems with https://procontract.due-north.com/Login please see the supplier help at https://supplierhelp.due-north.com/ or contact the support team on email: ProContractSuppliers@proactis.com The estimated total value provided in Section II.1.5 is for the full possible contract period of 14 years. In arriving at this value, the Authority has considered without limitation the estimated costs associated with the provision of the services. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total value of the Contract in Section II.1.5 provides for and includes the value of the optional maximum extension period. Applicants are also referred to the procurement documents for further details about the likely values of work under the Contract and in particular, that given its nature as a term service contract there will be no guarantee of a particular volume or value of work under the Contract. The estimate is made at todays prices and includes an estimated annual value for the potential 14 years of the contract as well as the potential for growth through additional grant funding or other budget funding which may or may not become available throughout the life of the contract. The estimated will increase with inflationary uplifts throughout the contract. The Authority is of the view that TUPE is likely to apply to staff at contract commencement but bidders will be expected to undertake their own due diligence. It is anticipated that the services will commence on 01.11.2025 but the Authority reserves the right to amend this should the procurement timetable need to be extended. The Authority reserves the right to change and update its procurement programme at any stage during the procurement. Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process, however such costs are incurred. The Authority reserves the right to abandon (or vary its requirements under) this procurement exercise at any stage and / or not award any contract or to award only part (or a different arrangement) of the opportunity described in this contract notice. Applicants should note that the procurement documents provide indicative information of the Authority's approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being invited to tender. Whilst the contract is advertised as works, it also contains a significant amount of services and goods provision as part of the contract."
}