Award

SC24002 Road Asset Renewal Contract (RARC)

KENT COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

10 Mar 2025 at 17:58

Tender

01 Jul 2024 at 17:07

Summary of the contracting process

The procurement process for the Road Asset Renewal Contract (RARC) by Kent County Council focuses on asset management in the construction industry, specifically for planned road pavement renewal and reconstruction works in Kent. The procurement stage is award, with key dates including the initial contract term starting from 1 April 2025 to 31 March 2030, and an optional extension from 1 April 2030 to 31 March 2035. The total expected contract value ranges from £200-250 million, with a maximum advertised value of £400 million to accommodate future increases in funding and inflation.

This tender presents significant opportunities for businesses involved in construction and infrastructure maintenance. It is suited for contractors capable of executing large-scale road resurfacing and structural repairs, with experience in handling diverse tasks such as cold milling, asphalt surfacing, and traffic loop replacement. The competitive procedure with negotiation method aims to select the lowest price meeting the quality criteria, favouring businesses that provide cost-effective yet high-quality solutions. Given Kent County Council's emphasis on long-term asset management and road maintenance, this contract can foster sustainable growth for service providers within this sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SC24002 Road Asset Renewal Contract (RARC)

Notice Description

The Road Asset Renewal Contract (RARC) focuses on asset management and serves as the principal delivery method for planned road pavement renewal and reconstruction works across Kent. These works are required to effectively manage the Kent County Council's (KCC) pavement assets by replacing deteriorated areas which have reached the end of their useful life. Preservation works are also carried out to prolong the life of areas which are starting to deteriorate. These works are critical to KCC's effective asset management and maintenance of its road network, allowing KCC to provide long lasting road surfaces and structural repairs, reducing the growth of the Council's road maintenance backlog and preventing future potholes. The renewal schemes typically delivered via this contract range from small resurfacing schemes to large reconstruction works which completely replace the failed road structure and foundations. The scope of work at each site typically involves: * Cold milling of the top layers of the road structure * Repaving with an asphalt surface and/or binder course * Adjustments to covers and replacement of road markings and road studs as needed. For sites near traffic signals, there may be a need to replace the traffic loops. Anticipated working conditions include road closures and night-time operations, with defined time restrictions in place. The scope of work under this contract also includes some ad-hoc road reconstruction and other civils works, schemes, and projects. This contract is not be lotted. The contractor is required to deliver works across all districts in Kent.

Lot Information

Lot 1

This contract will ensure delivery of KCC's programmed renewal works. The scope of these works varies between each site but generally entails milling off the top layers of the road structure and repaving with a new asphalt surface. With deeper, more structural repairs carried out where needed. All sites typically include adjustments to drain covers and replacement of road markings and road studs where required. Sites approaching traffic signals may require the replacement of the traffic loops. Most sites will require road closures and night-time working with working restrictions in place with defined times. Alongside these routine works, occasional specialist works will be needed to respond to and repair unpredictable asset failures, such as road collapses. It may also include small to medium sized civils works, schemes, and projects. The programme consists of multiple sites. There are several phases of work throughout the contract period, with routine work carried out typically between January and November each year.

Renewal: The 120-month (10-year) total contract duration will be broken down as follows: - Initial Contract Term: 60-Months (5-years) expected start date of 01 April 2025 - Optional Contract Extension: This will be a maximum of 60-months (5-years). The Council expects that the optional extension(s) will be structured as 36 + 24 months (3 + 2 years). However, the Council reserves the right to opt for the extension in individual one-year increments, multiple single yearly periods, or as the entire 5-year duration.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0478ee
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008619-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Mar 202511 months ago
Submission Deadline
31 Jul 2024Expired
Future Notice Date
Not specified
Award Date
20 Dec 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
KENT COUNTY COUNCIL
Contact Name
Not specified
Contact Email
marie.lewzey@kent.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MAIDSTONE
Postcode
ME14 1XX
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
TLJ4 Kent

Local Authority
Maidstone
Electoral Ward
Penenden Heath
Westminster Constituency
Maidstone and Malling

Supplier Information

Number of Suppliers
1
Supplier Name

GW HIGHWAYS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-0478ee-2025-03-10T17:58:34Z",
    "date": "2025-03-10T17:58:34Z",
    "ocid": "ocds-h6vhtk-0478ee",
    "initiationType": "tender",
    "tender": {
        "id": "DN707530",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SC24002 Road Asset Renewal Contract (RARC)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The Road Asset Renewal Contract (RARC) focuses on asset management and serves as the principal delivery method for planned road pavement renewal and reconstruction works across Kent. These works are required to effectively manage the Kent County Council's (KCC) pavement assets by replacing deteriorated areas which have reached the end of their useful life. Preservation works are also carried out to prolong the life of areas which are starting to deteriorate. These works are critical to KCC's effective asset management and maintenance of its road network, allowing KCC to provide long lasting road surfaces and structural repairs, reducing the growth of the Council's road maintenance backlog and preventing future potholes. The renewal schemes typically delivered via this contract range from small resurfacing schemes to large reconstruction works which completely replace the failed road structure and foundations. The scope of work at each site typically involves: * Cold milling of the top layers of the road structure * Repaving with an asphalt surface and/or binder course * Adjustments to covers and replacement of road markings and road studs as needed. For sites near traffic signals, there may be a need to replace the traffic loops. Anticipated working conditions include road closures and night-time operations, with defined time restrictions in place. The scope of work under this contract also includes some ad-hoc road reconstruction and other civils works, schemes, and projects. This contract is not be lotted. The contractor is required to deliver works across all districts in Kent.",
        "lots": [
            {
                "id": "1",
                "description": "This contract will ensure delivery of KCC's programmed renewal works. The scope of these works varies between each site but generally entails milling off the top layers of the road structure and repaving with a new asphalt surface. With deeper, more structural repairs carried out where needed. All sites typically include adjustments to drain covers and replacement of road markings and road studs where required. Sites approaching traffic signals may require the replacement of the traffic loops. Most sites will require road closures and night-time working with working restrictions in place with defined times. Alongside these routine works, occasional specialist works will be needed to respond to and repair unpredictable asset failures, such as road collapses. It may also include small to medium sized civils works, schemes, and projects. The programme consists of multiple sites. There are several phases of work throughout the contract period, with routine work carried out typically between January and November each year.",
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The 120-month (10-year) total contract duration will be broken down as follows: - Initial Contract Term: 60-Months (5-years) expected start date of 01 April 2025 - Optional Contract Extension: This will be a maximum of 60-months (5-years). The Council expects that the optional extension(s) will be structured as 36 + 24 months (3 + 2 years). However, the Council reserves the right to opt for the extension in individual one-year increments, multiple single yearly periods, or as the entire 5-year duration."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Award Criteria: Lowest price that meets or exceeds the defined minimum quality threshold. Full details of the award criteria are stated within the tender documents.",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    },
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.kentbusinessportal.org.uk/",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-07-31T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-3062",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "streetAddress": "Invicta House",
                "locality": "Maidstone",
                "region": "UKJ4",
                "postalCode": "ME14 1XX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "marie.lewzey@kent.gov.uk",
                "url": "https://www.kentbusinessportal.org.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kent.gov.uk",
                "buyerProfile": "http://www.kent.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-462",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "streetAddress": "Sessions House",
                "locality": "Maidstone",
                "postalCode": "ME14 1XQ",
                "countryName": "United Kingdom",
                "region": "UKJ4"
            },
            "roles": [
                "buyer"
            ],
            "contactPoint": {
                "email": "marie.lewzey@kent.gov.uk"
            },
            "details": {
                "url": "http://www.kent.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-140273",
            "name": "GW Highways Limited",
            "identifier": {
                "legalName": "GW Highways Limited"
            },
            "address": {
                "locality": "Kent",
                "region": "UKJ4",
                "postalCode": "ME14 1JP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-140274",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "streetAddress": "Maidstone",
                "locality": "Kent",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-462",
        "name": "Kent County Council"
    },
    "language": "en",
    "description": "Work will be called off from a Schedule of Rates (SORs) as required. Work is not guaranteed within the contract, which is why the awarded figure has been published with a lowest value of PS1. However, the expected annual value for this contract is in the region of PS20-25 million. The expected total contract value for this contract equates to PS200-250million. This is broken down as follows: - Initial Term (5 years, or 60 months) totalling PS100-125 million. - Optional Extension Term (up to 5 years, or 60 months) totalling PS100-125 million. To allow for any future increases in government or KCC funding, future inflation, and any other unexpected but in-scope spend, the total maximum awarded contract value is advertised as PS400million (PS400,000,000.00). The anticipated contract periods are as follows: - Initial term: 01 April 2025 - 31 March 2030. - Optional extension: 01 April 2030 - 31 March 2035.",
    "awards": [
        {
            "id": "008619-2025-SC24002 Road Asset Renewal Contract (RARC)-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-140273",
                    "name": "GW Highways Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "008619-2025-SC24002 Road Asset Renewal Contract (RARC)-1",
            "awardID": "008619-2025-SC24002 Road Asset Renewal Contract (RARC)-1",
            "status": "active",
            "dateSigned": "2024-12-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "9",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 1,
                "currency": "GBP"
            },
            {
                "id": "10",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 400000000,
                "currency": "GBP"
            },
            {
                "id": "7",
                "measure": "lowestValidBidValue",
                "value": 1,
                "currency": "GBP"
            },
            {
                "id": "8",
                "measure": "highestValidBidValue",
                "value": 400000000,
                "currency": "GBP"
            }
        ]
    }
}