Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Highways and Street Lighting contracts

  • First published: 15 December 2023
  • Last modified: 15 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0425c1
Published by:
London Borough of Havering
Authority ID:
AA22068
Publication date:
15 December 2023
Deadline date:
29 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Each Contract (Lot) will be for a term of 6 years with an option for the Authority to extend the term for a further period of 4 years.

Lot One shall comprise highway works including but not limited to:

Highway surface maintenance and reactive construction repairs to roads, footways and cycleway ranging from small patching repairs to machine surfacing of carriageways. Surface dressing and specialist road surface treatments.

New build highway projects (including public realm) varying in type from junction improvements, civil works for traffic signal installations, mini/small roundabouts, traffic calming measures including islands, bus stop facilities, footway construction, dropped crossings to footway and other related works/services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LONDON BOROUGH OF HAVERING

Town Hall, Main Road

ROMFORD

RM1 3BB

UK

Contact person: Rebecca Nippress

Telephone: +44 1708434017

E-mail: rebecca.nippress@havering.gov.uk

NUTS: UKI52

Internet address(es)

Main address: https://www.havering.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/FuseWelcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/FuseWelcome


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Highways and Street Lighting contracts

II.1.2) Main CPV code

45233000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The London Borough of Havering invites expressions of interest from suitably qualified and experienced organisations in relation to its contracts for the delivery of a programme of term maintenance, capital works projects, and in respect of Street Lighting across its network of highways and infrastructure in Havering.

The works and services to be provided under the Contracts are comprehensive and cover all the routine, reactive and planned works that need to be delivered by the Authority to achieve the

outcomes as set out in the respective Contracts. The Authority is seeking a contractor for each contract to deliver the works and services in a way that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority's aims and values.

Works will be within the boundaries of the London Borough of Havering.

The Authority is conducting this procurement through the competitive procedure with negotiation as provided for by the Public Contracts Regulations 2015 (as amended) ('PCR').The procurement is divided into two Lots, one for each contract. Bidders shall be entitled to bid for one or other of the Highways and Street Lighting Lots, or to bid for both.

The minimum requirements and the award criteria shall not be subject to negotiation.

Contracting authorities may award contracts on the basis of the initial tenders without negotiation where they have indicated, in the contract notice or in the invitation to confirm interest, that they reserve the possibility of doing so, the Authority is hereby reserving that right.

The contract values are indicative at this stage, based on the amount of funding available to the Authority, and is for the full ten-year term for each of the contracts (6 years + 4 year option to extend).

To participate in this procurement, Potential Providers must first be registered on the Oracle Fusion e-tendering portal. Registration on to the portal is free.

It is imperative that suppliers read all guidance documents on:

• How to register as a supplier for the tender

• How to submit a bid for the tender

These documents are available to view here https://www.havering.gov.uk/info/20071/doing_business_with_us/387/how_we_buy/2

Suppliers that would like to take part in this tender process are invited to 'Express Interest' upon which they will be given access to the full tender documentation delivery through th e-tendering system.

All information regarding this Tender can be downloaded from the Portal and completed submissions and additional documentation should be submitted in accordance with guidance accompanying this Tender. Tenderers have access to their own submission and are able to amend these until the tender deadline.

The Contracts will each be for an initial term of 6 years subject to satisfactory performance by the Contractor against agreed Key Performance Indicators, with options to extend.

II.1.5) Estimated total value

Value excluding VAT: 170 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Highway maintenance and minor highway improvement works (Highways Term Contract)

II.2.2) Additional CPV code(s)

45233100

45233120

45233121

45233122

45233123

45233125

45233126

45233127

45233128

45233129

45233130

45233139

45233140

45233141

45233142

45233144

45233150

45233160

45233161

45233162

45233200

45233210

45233220

45233221

45233222

45233223

45233224

45233225

45233226

45233227

45233228

45233229

45233250

45233251

45233252

45233253

45233260

45233261

45233262

45233270

45233280

45233290

45233291

45233292

45233293

45233294

45233300

45233310

45233320

45233340

90620000

90630000

90640000

90700000

II.2.3) Place of performance

NUTS code:

UKI52


Main site or place of performance:

Within the boundaries of the London Borough of Havering

II.2.4) Description of the procurement

Each Contract (Lot) will be for a term of 6 years with an option for the Authority to extend the term for a further period of 4 years.

Lot One shall comprise highway works including but not limited to:

Highway surface maintenance and reactive construction repairs to roads, footways and cycleway ranging from small patching repairs to machine surfacing of carriageways. Surface dressing and specialist road surface treatments.

New build highway projects (including public realm) varying in type from junction improvements, civil works for traffic signal installations, mini/small roundabouts, traffic calming measures including islands, bus stop facilities, footway construction, dropped crossings to footway and other related works/services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 145 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

Renewal will be subject to funding provisions; therefore no guarantee can be made.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

The Applicants will be ranked in order of their total scores. The Authority intends to take the top 3 ranking Applicants for each Lot through to the Initial Tender stage. However, if the scores are closely tied (within 1%) the Authority reserves the right to take a maximum of 5 Applicants through to Initial Tender stage for each Lot.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Street Lighting and minor improvement works (Street Lighting Term Contract)

II.2.2) Additional CPV code(s)

31527260

31530000

34928500

45316100

45316110

45316200

45316210

45316211

45316212

45316213

50232000

II.2.3) Place of performance

NUTS code:

UKI52


Main site or place of performance:

Within the boundaries of the London Borough of Havering.

II.2.4) Description of the procurement

Lot Two shall comprise Street Lighting works including but not limited to:

Street lighting maintenance and improvement including wall mounted units and catenary;

Maintenance and improvement to illuminated traffic signs and other street furniture equipment including, Feeder pillars, illuminated traffic sign, illuminated traffic bollards, Belisha beacons, Vehicle actuated signs and other electrical equipment;

Electrical cable installations/repairs and all works associated with lighting and traffic signs.

As part of this contract The Contractor will be required to procure, install and manage a CMS system capable of the following:

The CMS will enable the control and monitoring of street lights including switching on/off and adaption of light levels across all of the street lighting assets in the network.

The CMS will provide a BSCP520 report suitable for the energy administrator to provide monthly billing, the billing should revenue grade and be accurate and auditable and all equipment will be Elexon approved.

The CMS will be able to accept data and communicate with other types of smart highway sensor.

The CMS will have the capability and capacity to control and monitor the full range and diversity of highway electrical equipment.

The nodes will be mounted on each lighting asset. The nodes will communicate data to the Gateways/Base stations and receive commands and software updates from the Gateways/Base stations using radio frequency signals. The nodes will be configured, activated and connected to the CMS upon installation.

The Gateways/Base Stations are the devices that act as the interface between the nodes and the CMS Server. The gateways will be mounted on lighting assets and communicate with the CMS Server typically using cellular backhaul (4G/5G). Each Gateway should communicate with several thousand nodes depending on the network topology (e.g. Mesh/PMP/Star etc.)

The Nodes will be GPS enabled to link with the client's asset management system and plot units on map using geo location and of robust and weatherproof construction with a simple method of installation generally via 7 pin NEMA socket.

The CMS Server contains the application software which will be hosted on a secure server and is responsible for control and monitoring of the street lighting network. The CMS Server will be capable of sending and receiving data to each asset that is fitted with a CMS Node.

Havering's Asset Management System is currently Mayrise but may convert to Alloy. The CMS shall integrate seamlessly with the AMS, such that any amendments to either system data are synchronized with the other. The integration should support both asset synchronisation and export of alarm data. This integration should utilise a RESTful API and require no actions by the user to reprogram the CMS following the synchronisation.

Management of the CMS will include: monitoring notifications; checking network connectivity; responding to outages that have continued for more than 48 hours; creating dimming profiles; making ad-hoc dimming profile changes where requested by the Service Manager; and providing performance reports upon request by the Service Manager.

Full details of requirements will be included within the specification.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

Renewal will be subject to funding provisions, therefore no guarantee can be made.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

The Applicants will be ranked in order of their total scores. The Authority intends to take the top 3 ranking Applicants for each Lot through to the Initial Tender stage. However, if the scores are closely tied (within 1%) the Authority reserves the right to take a maximum of 5 Applicants through to Initial Tender stage for each Lot.

The criteria for Initial Tender and Final Tender are as set out in the Invitation to Participate in Negotiation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The particular conditions set out in the contract documents which shall be included in the invitation to participate in negotiations (included in draft with the procurement documentation made available with this contract notice)

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/01/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The Contract is divided into 2 lots. The total estimated expenditure range excluding VAT for all lots is estimated

at 170 000 000 GBP. Please note that these spend figures are purely an estimate, are split across both lots, and are for the length of the contract including any possible extensions. The estimated values are provided as an indication of potential spend only, it is not guaranteed and is at all times subject to the Tenderer(s) providing a satisfactory service under the Contract(s).

Tenderers may apply for 1 or more lots. Lots will be awarded individually with a maximum of Lots 1 and Lot 2

awarded to one tenderer. The overall evaluation criteria will be detailed for each lot in the ITN documentation.

Any selection of tenderer(s) will be based solely on the criteria set out for the procurement, and the contract will

be awarded on the basis of the most economically advantageous tender(s).

VI.4) Procedures for review

VI.4.1) Review body

Institution of Civil Engineers

1 Great George Street

London

SW1P 3AA

UK

VI.5) Date of dispatch of this notice

14/12/2023

Coding

Commodity categories

ID Title Parent category
45233226 Access road construction work Construction, foundation and surface works for highways, roads
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233129 Crossroad construction work Construction, foundation and surface works for highways, roads
45233162 Cycle path construction work Construction, foundation and surface works for highways, roads
45233224 Dual carriageway construction work Construction, foundation and surface works for highways, roads
90700000 Environmental services Sewage, refuse, cleaning and environmental services
45233280 Erection of road-barriers Construction, foundation and surface works for highways, roads
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45233340 Foundation work for footpaths Construction, foundation and surface works for highways, roads
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
45233320 Foundation work for roads Construction, foundation and surface works for highways, roads
45233126 Grade-separated junction construction work Construction, foundation and surface works for highways, roads
90640000 Gully cleaning and emptying services Cleaning and sanitation services in urban or rural areas, and related services
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
90630000 Ice-clearing services Cleaning and sanitation services in urban or rural areas, and related services
45233291 Installation of bollards Construction, foundation and surface works for highways, roads
45316211 Installation of illuminated road signs Installation work of illumination and signalling systems
45316100 Installation of outdoor illumination equipment Installation work of illumination and signalling systems
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
45316200 Installation of signalling equipment Installation work of illumination and signalling systems
45233293 Installation of street furniture Construction, foundation and surface works for highways, roads
45316213 Installation of traffic guidance equipment Installation work of illumination and signalling systems
45316212 Installation of traffic lights Installation work of illumination and signalling systems
45316210 Installation of traffic monitoring equipment Installation work of illumination and signalling systems
31527260 Lighting systems Spotlights
45233121 Main road construction works Construction, foundation and surface works for highways, roads
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment
45233144 Overpass construction work Construction, foundation and surface works for highways, roads
45233270 Parking-lot-surface painting work Construction, foundation and surface works for highways, roads
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps
45233160 Paths and other metalled surfaces Construction, foundation and surface works for highways, roads
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45233261 Pedestrian overpass construction work Construction, foundation and surface works for highways, roads
45233260 Pedestrian ways construction work Construction, foundation and surface works for highways, roads
45233262 Pedestrian zone construction work Construction, foundation and surface works for highways, roads
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
45233122 Ring road construction work Construction, foundation and surface works for highways, roads
45233120 Road construction works Construction, foundation and surface works for highways, roads
45233125 Road junction construction work Construction, foundation and surface works for highways, roads
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45233142 Road-repair works Construction, foundation and surface works for highways, roads
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
45233140 Roadworks Construction, foundation and surface works for highways, roads
45233128 Roundabout construction work Construction, foundation and surface works for highways, roads
45233123 Secondary road construction work Construction, foundation and surface works for highways, roads
45233225 Single carriageway construction work Construction, foundation and surface works for highways, roads
45233227 Slip road construction work Construction, foundation and surface works for highways, roads
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
34928500 Street-lighting equipment Road furniture
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
45233252 Surface work for streets Construction, foundation and surface works for highways, roads
45233250 Surfacing work except for roads Construction, foundation and surface works for highways, roads
45233127 T-junction construction work Construction, foundation and surface works for highways, roads
45233150 Traffic-calming works Construction, foundation and surface works for highways, roads
45233200 Various surface works Construction, foundation and surface works for highways, roads
45233229 Verge maintenance work Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rebecca.nippress@havering.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.