Highways Term Maintenance Contract

* What are the contractual performance KPI’s for this contract?

The contractual performance key performance indicators (KPIs) are regularly reviewed. The current KPI’s are listed below

KPI Description
4.1 Partnership Success Benchmarking Survey Once Per Year
Iso 44001 Certification < 3 minor Nc’s & 0 major Nc’s per [external] audit
Parish Service Scheme Surveys % of [positive] service quality surveys returned using QR code
Gully Service Average number of gullies per shift
Geb Service Average metres of geb per shift
Referral Process Number of gullies that are blocked and broken
Contract Review % of contract reviews completed
1.5 Emergency Response​ OoH Responsiveness to Out of Hour Emergencies within 1 hr​
1.7 Emergency Response​ IoH Responsiveness to In Hour Emergencies within 1 hr​
1.9 Highway Inspections​ (HSI) Adherence to ​Highway Inspection Plan
Triage Response Response time to triage a customer report
Dispute Management [volume] Number of disputes
Dispute Management [value] Value of disputes
2.2 Defective Works patching Quality of hing (Compaction)
Investigation Task Orders % of investigation task orders returned within X days
Early Contractor Involvement Number of permits issued before order committed
Early Starts Number of early starts required as a % of works undertaken
2.1 Defective Works Resurfacing Quality of Resurfacing (Compaction)
1.4 Safety Defect Repair (HSI) Potholes​ Effectiveness of Safety Defect Management System​
Carbon Returns Number of schemes that provide a carbon return
Carbon Reduction Percentage of fuel used that is Hvo
Waste Processing % of waste going to landfill
1.1​ Lost Time Accident Rate​ H&S of Maintenance Organisation​
1.2 Positive Interventions and Near Miss Reporting​ H&S Safety Culture Adoption​
Remedial Completion Completion of remedials to agreed timescales
Audit and Inspection Programme Completion of the Audit Programme
1.11 Winter Service Readiness​ Calibrations and service readiness
1.12 Winter Service Punctuality​ Vehicles Leave Depot Within 15 mins of Schedule / Gritters On
1.13 Winter Service Route Accuracy​ Drivers Follow Correct Route, Cards Correct​

* Suppliers who applied for inclusion on each framework/contract and were successful & not successful at the PQQ & ITT stages

Devon County Council publishes details of successful bidders only, in accordance with the requirements of the Public Contract Regulation 2015.  All other applicants will have provided their information with the expectation of confidentiality and their information is therefore exempt from disclosure, pursuant to section 41 of the Freedom of Information Act 2000.  The name and address of economic operator in favour of whom the contract award decision has been taken is therefore as follows:

Official name: Skanska Construction UK Ltd

Postal address: Maple Cross House, Denham Way, Maple Cross. Town: Rickmansworth Postal code: WD3 9SW Country: United Kingdom

Telephone: +44 1923776666

Internet address: http://www.skanska.co.uk

* Actual spend on this contract/framework (and any sub lots), from the start of the contract to the current date
can only provide details for Devon administrative area (Lot 1).

The actual spend to 31 March 2022 is £ 199,019,756


* Start date & duration of framework/contract?

1 April 2017- 31 March 2027

* Could you please provide a copy of the service/product specification given to all bidders for when this contract was last advertised?

The specification can be viewed here


* Is there an extension clause in the framework(s)/contract(s) and, if so, the duration of the extension?

Yes, up to 3 years


* Has a decision been made yet on whether the framework(s)/contract(s) are being either extended or renewed?

Yes


* Who is the senior officer (outside of procurement) responsible for this contract?

Meg Booth, Director of Climate Change, Environment and Transport.