Notice Information
Notice Title
SC24029 Highway Term Maintenance Contract 2026
Notice Description
Following a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015 (the "Procurement"), Kent County Council (the "Council") has appointed a service provider (the "Service Provider") to deliver a highways term maintenance contract (the "Contract"). The Council's highway term maintenance services are currently delivered through the Council's existing contract (the "Current HTMC"), which expires on 30 April 2026. The Council has entered into the Contract as of 19 November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract by up to a maximum aggregate of seven (7) years (84 months). At the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method. Please also see Section VI for additional information. This Procurement also includes the potential for the local authorities listed in Section II.2.11 below to have access to in order to deliver specific schemes/projects with the Service Provider.
Lot Information
Lot 1
The Procurement was undertaken as a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015. Following, three separate rounds of market engagement in January, June, and August 2024 the Procurement launched on 21 October 2024. The Council encouraged small and medium-sized enterprises to participate in the Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors. The Selection Questionnaire (the "SQ") Stage of the Procurement closed on 25 November 2024. An Invitation to Submit Initial Tender (the "ISIT") was released in December 2024 to the Candidates shortlisted at the SQ Stage (subsequently referred to as "Tenderers"). Only quality was evaluated during the Initial Tender Stage, and following this stage, the top three (3) ranked Tenderers were issued with an Invitation to Submit Detailed Tender (the "ISDT") and invited to the Detailed Tender Stage. At the Detailed Tender Stage, quality was evaluated and a detailed review of the Schedules of Rates was undertaken for the purposes of providing feedback to the Tenderers. The Council did not apply the Price Per Quality Point evaluation method at Detailed Tender Stage. All three (3) Tenderers were issued with an Invitation to Submit Final Tender (the "ISFT"). At the Final Tender Stage of the Procurement the Council evaluated the Tenderers' quality responses and used the Schedules of Rates to calculate the Tenderers' Price per Quality Point. The most economically advantageous Tenderer was determined by the Tenderer receiving the lowest Price per Quality Point. Additional information: The Current HTMC delivers a number of essential and statutory services, including the following: * Winter Service Provision - e.g. gritting/salting the road network during freezing conditions including ploughing during snow events. * Drainage Maintenance and Capital Projects - e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes. * Structures - e.g. bridge repairs, tunnel maintenance and management and construction of new structures. * Highway patching and small to medium-scale road asset renewal works - e.g. pothole repairs and larger surface defect repairs of the highway. * Pavement asset preservation services - e.g. carriageway and footway life extension treatments such as surface dressing. * Emergency Response - e.g. responding to emergencies across the network due to weather, emergency services support, vehicle collisions, and structural asset failure both in hours and out of hours, 24/7/365. * Highway Improvement Scheme Delivery - e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements. The below is a summary of the scope for the Contract: * Routine maintenance * Highways schemes * Structures and Tunnels maintenance * High Speed Road maintenance programme * Emergency and Out of Hours * Winter service * Drainage civil schemes * Drainage cleansing * Road and footway patching / pothole repairs * Small/Medium reactive road asset renewal * Signs maintenance * Lining maintenance * Barrier repairs * Asset improvements * Pavement asset preservation services * Professional services ((limited to design for civil engineering works to assist the delivery of projects) * Major Projects (up to PS5m) Due to the term of the Contract and the nature of the Services, the Council has reserved the right to include additional supporting and/or related services in the Scope during the term of the Contract and in accordance with its terms.
Options: The Contract provides for an extension of up to a maximum aggregate of seven (7) years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract includes a performance regime that may result in the adjustment of its term. The scope includes the potential for the following local authorities to have access to in order to deliver specific schemes/projects: 1. Ashford Borough Council 2. Canterbury City Council 3. Dartford Borough Council 4. Dover District Council 5. Folkestone and Hythe District Council 6. Gravesham Borough Council 7. Maidstone Borough Council 8. Medway Council 9. Sevenoaks District Council 10. Swale Borough Council 11. Thanet District Council 12. Tonbridge and Malling Borough Council 13. Tunbridge Wells Borough Council
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04afcb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080361-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
34143000 - Winter-maintenance vehicles
34920000 - Road equipment
34970000 - Traffic-monitoring equipment
34990000 - Control, safety, signalling and light equipment
44113910 - Winter-maintenance materials
45233139 - Highway maintenance work
50230000 - Repair, maintenance and associated services related to roads and other equipment
90640000 - Gully cleaning and emptying services
Notice Value(s)
- Tender Value
- £2,000,000,000 £1B-£10B
- Lots Value
- £2,000,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £2,000,000,000 £1B-£10B
Notice Dates
- Publication Date
- 5 Dec 20252 months ago
- Submission Deadline
- 25 Nov 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Nov 20253 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT COUNTY COUNCIL
- Contact Name
- Craig Merchant, Mr Craig Merchant
- Contact Email
- craig.merchant@kent.gov.uk
- Contact Phone
- +44 3000414141
Buyer Location
- Locality
- MAIDSTONE
- Postcode
- ME14 1XQ
- 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
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-04afcb-2025-12-05T17:20:26Z",
"date": "2025-12-05T17:20:26Z",
"ocid": "ocds-h6vhtk-04afcb",
"description": "The estimated total value of this Procurement has been calculated as PS2bn. This figure takes into account (i) recent and current annual spend of circa PS50-60m; (ii) a maximum total term of 21 years (plus a 6 month mobilisation period); (iii) the potential impact on costs of inflation; and (iv) the ability for the Council, and the potential for the local authorities listed in section II.2.11, to deliver individual projects or schemes through this Contract. The services under the Contract (as listed at Section II.2.14) are to be provided to the Council, but this Procurement also includes the potential for the local authorities listed in Section II.2.11 to have access to in order to deliver specific schemes/projects. At the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method (please see above).",
"initiationType": "tender",
"tender": {
"id": "SC24029",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "SC24029 Highway Term Maintenance Contract 2026",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
"mainProcurementCategory": "services",
"description": "Following a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015 (the \"Procurement\"), Kent County Council (the \"Council\") has appointed a service provider (the \"Service Provider\") to deliver a highways term maintenance contract (the \"Contract\"). The Council's highway term maintenance services are currently delivered through the Council's existing contract (the \"Current HTMC\"), which expires on 30 April 2026. The Council has entered into the Contract as of 19 November 2025 to allow sufficient time for implementation and to ensure service continuity from the expiry of the Current HTMC. The initial term of the Contract is 14 years (168 months) (plus a six (6) month mobilisation period during which Task Orders will be issued under the Contract for the initial term). There will be an option to extend the Contract by up to a maximum aggregate of seven (7) years (84 months). At the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method. Please also see Section VI for additional information. This Procurement also includes the potential for the local authorities listed in Section II.2.11 below to have access to in order to deliver specific schemes/projects with the Service Provider.",
"value": {
"amount": 2000000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Procurement was undertaken as a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015. Following, three separate rounds of market engagement in January, June, and August 2024 the Procurement launched on 21 October 2024. The Council encouraged small and medium-sized enterprises to participate in the Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors. The Selection Questionnaire (the \"SQ\") Stage of the Procurement closed on 25 November 2024. An Invitation to Submit Initial Tender (the \"ISIT\") was released in December 2024 to the Candidates shortlisted at the SQ Stage (subsequently referred to as \"Tenderers\"). Only quality was evaluated during the Initial Tender Stage, and following this stage, the top three (3) ranked Tenderers were issued with an Invitation to Submit Detailed Tender (the \"ISDT\") and invited to the Detailed Tender Stage. At the Detailed Tender Stage, quality was evaluated and a detailed review of the Schedules of Rates was undertaken for the purposes of providing feedback to the Tenderers. The Council did not apply the Price Per Quality Point evaluation method at Detailed Tender Stage. All three (3) Tenderers were issued with an Invitation to Submit Final Tender (the \"ISFT\"). At the Final Tender Stage of the Procurement the Council evaluated the Tenderers' quality responses and used the Schedules of Rates to calculate the Tenderers' Price per Quality Point. The most economically advantageous Tenderer was determined by the Tenderer receiving the lowest Price per Quality Point. Additional information: The Current HTMC delivers a number of essential and statutory services, including the following: * Winter Service Provision - e.g. gritting/salting the road network during freezing conditions including ploughing during snow events. * Drainage Maintenance and Capital Projects - e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes. * Structures - e.g. bridge repairs, tunnel maintenance and management and construction of new structures. * Highway patching and small to medium-scale road asset renewal works - e.g. pothole repairs and larger surface defect repairs of the highway. * Pavement asset preservation services - e.g. carriageway and footway life extension treatments such as surface dressing. * Emergency Response - e.g. responding to emergencies across the network due to weather, emergency services support, vehicle collisions, and structural asset failure both in hours and out of hours, 24/7/365. * Highway Improvement Scheme Delivery - e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements. The below is a summary of the scope for the Contract: * Routine maintenance * Highways schemes * Structures and Tunnels maintenance * High Speed Road maintenance programme * Emergency and Out of Hours * Winter service * Drainage civil schemes * Drainage cleansing * Road and footway patching / pothole repairs * Small/Medium reactive road asset renewal * Signs maintenance * Lining maintenance * Barrier repairs * Asset improvements * Pavement asset preservation services * Professional services ((limited to design for civil engineering works to assist the delivery of projects) * Major Projects (up to PS5m) Due to the term of the Contract and the nature of the Services, the Council has reserved the right to include additional supporting and/or related services in the Scope during the term of the Contract and in accordance with its terms.",
"awardCriteria": {
"criteria": [
{
"name": "Price is not the only award criterion and all criteria are stated only in the procurement documents",
"type": "quality",
"description": "100"
},
{
"type": "price"
},
{
"name": "Price per Quality Point",
"type": "cost",
"description": "100"
}
]
},
"value": {
"amount": 2000000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 7740
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contract provides for an extension of up to a maximum aggregate of seven (7) years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract includes a performance regime that may result in the adjustment of its term. The scope includes the potential for the following local authorities to have access to in order to deliver specific schemes/projects: 1. Ashford Borough Council 2. Canterbury City Council 3. Dartford Borough Council 4. Dover District Council 5. Folkestone and Hythe District Council 6. Gravesham Borough Council 7. Maidstone Borough Council 8. Medway Council 9. Sevenoaks District Council 10. Swale Borough Council 11. Thanet District Council 12. Tonbridge and Malling Borough Council 13. Tunbridge Wells Borough Council"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34143000",
"description": "Winter-maintenance vehicles"
},
{
"scheme": "CPV",
"id": "34920000",
"description": "Road equipment"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34990000",
"description": "Control, safety, signalling and light equipment"
},
{
"scheme": "CPV",
"id": "44113910",
"description": "Winter-maintenance materials"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "90640000",
"description": "Gully cleaning and emptying services"
}
],
"deliveryAddresses": [
{
"region": "UKJ4"
},
{
"region": "UKJ4"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=c175c11c-8d8f-ef11-8130-005056b64545",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "There is the potential for a contract extension of a further 7 years (84 months), depending on both the success in achieving the required outcomes and the availability of further funding. The Contract will also include a performance regime that may result in the adjustment of its term. Further detail will be provided in the draft Contract/scope and draft ITT, which will be published in due course (please see the Indicative Timetable in the PIM).",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2024-12-09T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-11-25T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1163",
"name": "Kent County Council",
"identifier": {
"legalName": "Kent County Council"
},
"address": {
"streetAddress": "County Hall",
"locality": "Maidstone",
"region": "UKJ4",
"postalCode": "ME14 1XQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Craig Merchant",
"email": "craig.merchant@kent.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=c175c11c-8d8f-ef11-8130-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kent.gov.uk",
"buyerProfile": "http://www.kent.gov.uk",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-88",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477882"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-30181",
"name": "Kent County Council",
"identifier": {
"legalName": "Kent County Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "County Hall",
"locality": "Maidstone",
"region": "UKJ4",
"postalCode": "ME141XQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Craig Merchant",
"telephone": "+44 3000414141",
"email": "craig.merchant@kent.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.kent.gov.uk",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-COH-02756434",
"name": "Ringway Infrastructure Services Limited",
"identifier": {
"legalName": "Ringway Infrastructure Services Limited",
"id": "02756434",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Albion House, Springfield Road,",
"locality": "Horsham",
"region": "UKJ2",
"postalCode": "RH12 2RW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-30181",
"name": "Kent County Council"
},
"language": "en",
"awards": [
{
"id": "080361-2025-SC24029-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-02756434",
"name": "Ringway Infrastructure Services Limited"
}
]
}
],
"contracts": [
{
"id": "080361-2025-SC24029-1",
"awardID": "080361-2025-SC24029-1",
"status": "active",
"value": {
"amount": 2000000000,
"currency": "GBP"
},
"dateSigned": "2025-11-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
}
}