Buyer Name: Kent County Council
Buyer Address: County Hall, Maidstone, UKJ4, ME141XQ, United Kingdom
Contact Name: Craig Merchant
Contact Email: craig.merchant@kent.gov.uk
Contact Telephone: +44 3000414141
Buyer Name: Kent County Council
Buyer Address: County Hall, Maidstone, UKJ4, ME141XQ, United Kingdom
Contact Name: Craig Merchant
Contact Email: craig.merchant@kent.gov.uk
Contact Telephone: +44 3000414141
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.
No linked documents found for this notice.
Lot 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 £5m) 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.
Lot 1 Status: cancelled
Lot 1 Has Options: Yes
Lot 1 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
Lot 1 Award Criterion (cost): Price per Quality Point
{
"awards": [
{
"id": "080361-2025-SC24029-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-02756434",
"name": "Ringway Infrastructure Services Limited"
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
},
"buyer": {
"id": "GB-FTS-30181",
"name": "Kent County Council"
},
"contracts": [
{
"awardID": "080361-2025-SC24029-1",
"dateSigned": "2025-11-19T00:00:00Z",
"id": "080361-2025-SC24029-1",
"status": "active",
"value": {
"amount": 2000000000,
"currency": "GBP"
}
}
],
"date": "2025-12-05T17:20:26Z",
"description": "The estimated total value of this Procurement has been calculated as \u00a32bn. This figure takes into account (i) recent and current annual spend of circa \u00a350-60m; (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.\nThe 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.\nAt the Final Tender Stage, the Council identified the most economically advantageous tender using the Price per Quality Point evaluation method (please see above).",
"id": "080361-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04afcb",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Maidstone",
"postalCode": "ME141XQ",
"region": "UKJ4",
"streetAddress": "County Hall"
},
"contactPoint": {
"email": "craig.merchant@kent.gov.uk",
"name": "Craig Merchant",
"telephone": "+44 3000414141"
},
"details": {
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "https://www.kent.gov.uk"
},
"id": "GB-FTS-30181",
"identifier": {
"legalName": "Kent County Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"name": "Kent County Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Horsham",
"postalCode": "RH12 2RW",
"region": "UKJ2",
"streetAddress": "Albion House, Springfield Road,"
},
"details": {
"scale": "large"
},
"id": "GB-COH-02756434",
"identifier": {
"id": "02756434",
"legalName": "Ringway Infrastructure Services Limited",
"scheme": "GB-COH"
},
"name": "Ringway Infrastructure Services Limited",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "WC2A 2LL",
"streetAddress": "Strand"
},
"contactPoint": {
"telephone": "+44 2079477882"
},
"id": "GB-FTS-88",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"name": "Royal Courts of Justice",
"roles": [
"reviewBody"
]
}
],
"tag": [
"award",
"contract"
],
"tender": {
"classification": {
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
"coveredBy": [
"GPA"
],
"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\u0027s highway term maintenance services are currently delivered through the Council\u0027s 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).\nAt 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. \nThis 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.",
"id": "SC24029",
"items": [
{
"additionalClassifications": [
{
"description": "Winter-maintenance vehicles",
"id": "34143000",
"scheme": "CPV"
},
{
"description": "Road equipment",
"id": "34920000",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Control, safety, signalling and light equipment",
"id": "34990000",
"scheme": "CPV"
},
{
"description": "Winter-maintenance materials",
"id": "44113910",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Gully cleaning and emptying services",
"id": "90640000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKJ4"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "100",
"name": "Price per Quality Point",
"type": "cost"
}
]
},
"description": "The Procurement was undertaken as a competitive procedure with negotiation under Regulation 29 of the Public Contracts Regulations 2015.\nFollowing, three separate rounds of market engagement in January, June, and August 2024 the Procurement launched on 21 October 2024.\nThe Council encouraged small and medium-sized enterprises to participate in the Procurement, either as Candidates, consortium members, supply-chain partners or sub-contractors.\nThe 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.\nAt 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\"). \nAt the Final Tender Stage of the Procurement the Council evaluated the Tenderers\u0027 quality responses and used the Schedules of Rates to calculate the Tenderers\u0027 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:\n\u2022 Winter Service Provision - e.g. gritting/salting the road network during freezing conditions including ploughing during snow events.\n\u2022 Drainage Maintenance and Capital Projects - e.g. cyclical highway drainage cleansing, emergency response during storm events and capital drainage repair schemes.\n\u2022 Structures - e.g. bridge repairs, tunnel maintenance and management and construction of new structures.\n\u2022 Highway patching and small to medium-scale road asset renewal works - e.g. pothole repairs and larger surface defect repairs of the highway.\n\u2022 Pavement asset preservation services - e.g. carriageway and footway life extension treatments such as surface dressing.\n\u2022 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.\n\u2022 Highway Improvement Scheme Delivery - e.g. construction of schemes for crash remedial measures, engineering and traffic schemes and S.106 requirements.\nThe below is a summary of the scope for the Contract:\n\u2022 Routine maintenance\n\u2022 Highways schemes\n\u2022 Structures and Tunnels maintenance\n\u2022 High Speed Road maintenance programme\n\u2022 Emergency and Out of Hours\n\u2022 Winter service\n\u2022 Drainage civil schemes\n\u2022 Drainage cleansing\n\u2022 Road and footway patching / pothole repairs\n\u2022 Small/Medium reactive road asset renewal\n\u2022 Signs maintenance\n\u2022 Lining maintenance\n\u2022 Barrier repairs\n\u2022 Asset improvements\n\u2022 Pavement asset preservation services\n\u2022 Professional services ((limited to design for civil engineering works to assist the delivery of projects)\n\u2022 Major Projects (up to \u00a35m)\nDue 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.",
"hasOptions": true,
"id": "1",
"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.\nThe scope includes the potential for the following local authorities to have access to in order to deliver specific schemes/projects:\n1.\tAshford Borough Council\n2.\tCanterbury City Council\n3.\tDartford Borough Council\n4.\tDover District Council\n5.\tFolkestone and Hythe District Council\n6.\tGravesham Borough Council\n7.\tMaidstone Borough Council\n8.\tMedway Council\n9.\tSevenoaks District Council\n10.\tSwale Borough Council\n11.\tThanet District Council\n12.\tTonbridge and Malling Borough Council\n13.\tTunbridge Wells Borough Council"
},
"status": "cancelled"
}
],
"mainProcurementCategory": "services",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"status": "complete",
"title": "SC24029 Highway Term Maintenance Contract 2026"
}
}