Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Infrastructure Maintenance and Improvements

  • Cyhoeddwyd gyntaf: 12 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-040d71
Cyhoeddwyd gan:
Southend-on-Sea City Council
ID Awudurdod:
AA82258
Dyddiad cyhoeddi:
12 Mawrth 2025
Dyddiad Cau:
10 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Southend-on-Sea City Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

UK

Person cyswllt: Mr Anton Bull

Ffôn: +44 1702215000

E-bost: antonbull@southend.gov.uk

NUTS: UKH31

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.southend.gov.uk/

Cyfeiriad proffil y prynwr: http://www.southend.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procurement.southend.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Infrastructure Maintenance and Improvements

Cyfeirnod: DN707403

II.1.2) Prif god CPV

45220000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 200 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

45233000

45233139

45233141

45243000

71311220

71332000

90620000

90630000

II.2.3) Man cyflawni

Cod NUTS:

UKH31

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

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.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-030923

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 10/03/2025

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 02/04/2025

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Courts of Justice The Royal Court of Justice

London

WCA 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

06/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90620000 Eirafyrddau Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig
45243000 Gwaith amddiffyn yr arfordir Gwaith adeiladu ar gyfer prosiectau dwr
45233141 Gwaith cynnal a chadw ffyrdd Gwasanaethau sy’n gysylltiedig ag adeiladu
45233139 Gwaith cynnal a chadw priffyrdd Gwasanaethau sy’n gysylltiedig ag adeiladu
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
90630000 Gwasanaethau clirio rhew Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig
71332000 Gwasanaethau peirianneg geotechnegol Gwasanaethau peirianneg amrywiol
71311220 Gwasanaethau peirianneg priffyrdd Gwasanaethau ymgynghori ar beirianneg sifil
45233000 Gwasanaethau sy’n gysylltiedig ag adeiladu Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer, ar gyfer priffyrdd, ffyrdd, meysydd glanio a rheilffyrdd; gwaith ar y gwastad

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
antonbull@southend.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.