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 Public Realm Contract

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040289
Published by:
Westminster City Council
Authority ID:
AA0062
Publication date:
12 March 2025
Deadline date:
04 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Westminster City Council (WCC) intends to enter into an agreement with a single partner (or consortia) to deliver the Highways and Public Realm Contract primarily, but not exclusively, across the City of Westminster.

WCC will separately, at a later point in time, be procuring an Audit, Compliance and Asset Management Contract with a likely commencement date of April 2027 (subject to change). The purpose of the Audit, Compliance and Asset Management Contract is to ensure that the main Highways and Public Realm contract is delivering outputs from a commercial, quality and performance perspective. Economic Operators are made aware that any successful tenderer for this Highways and Public Realm Contract shall not be permitted to tender for Audit, Compliance and Asset Management Contract as it would not be possible for the same contractor to objectively monitor their own performance.

Economic Operators are advised that the procurement documents available via the Portal are (with the exception of the CAS SQ and CAS SQ Guidance) provided in draft for information purposes at this stage in the process and are subject to change. WCC reserves the right to enhance and/or amend any of the material, positions and details set out the Procurement Documents. Further, WCC is following a CPN process for this procurement and the procurement documents may continue to develop as the procurement progresses. The CAS SQ and CAS SQ Guidance may be subject to refinement and clarification in response to queries from economic operators or to correct any errors or omissions. Further information is set out in the CAS SQ Guidance available via the Portal. WCC makes no commitment to award any contract as a result of this procurement or otherwise.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

UK

Contact person: Nick Saunders

E-mail: nsaunders@westminster.gov.uk

NUTS: UKI32

Internet address(es)

Main address: https://wcc.ukp.app.jaggaer.com

Address of the buyer profile: www.westminster.gov.uk

I.3) Communication

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

https://wcc.ukp.app.jaggaer.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://wcc.ukp.app.jaggaer.com


Tenders or requests to participate must be sent to the abovementioned address


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 Public Realm Contract

II.1.2) Main CPV code

45233000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Westminster City Council (WCC) intends to enter into an agreement with a single partner (or consortia) to deliver the Highways and Public Realm Contract primarily, but not exclusively, across the City of Westminster.

WCC will separately, at a later point in time, be procuring an Audit, Compliance and Asset Management Contract with a likely commencement date of April 2027 (subject to change). The purpose of the Audit, Compliance and Asset Management Contract is to ensure that the main Highways and Public Realm contract is delivering outputs from a commercial, quality and performance perspective. Economic Operators are made aware that any successful tenderer for this Highways and Public Realm Contract shall not be permitted to tender for Audit, Compliance and Asset Management Contract as it would not be possible for the same contractor to objectively monitor their own performance.

Economic Operators are advised that the procurement documents available via the Portal are (with the exception of the CAS SQ and CAS SQ Guidance) provided in draft for information purposes at this stage in the process and are subject to change. WCC reserves the right to enhance and/or amend any of the material, positions and details set out the Procurement Documents. Further, WCC is following a CPN process for this procurement and the procurement documents may continue to develop as the procurement progresses. The CAS SQ and CAS SQ Guidance may be subject to refinement and clarification in response to queries from economic operators or to correct any errors or omissions. Further information is set out in the CAS SQ Guidance available via the Portal. WCC makes no commitment to award any contract as a result of this procurement or otherwise.

II.1.5) Estimated total value

Value excluding VAT: 1 250 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34929000

45221000

45233000

45316000

50230000

71311210

71311220

90641000

II.2.3) Place of performance

NUTS code:

UKI32

II.2.4) Description of the procurement

The work under this Contract comprises the provision of an integrated highways and public realm service including:

• Carriageway Maintenance and Resurfacing, Footway Maintenance and Re-paving, Street Lighting and other electrical asset renewals, Security and HVM, Reactive Works, Routine Works, Minor Works, Project Works including Public Realm Projects, Bridges and Structures, Statues and Monuments, Drainage services and works.

• Design Services

• Structural Inspections and various other inspection regimes.

• Regulatory and support functions including management of the Pipe Subway and Tunnel Management

• Supply and management of various highway and traffic related IT based systems and data

• Other Professional Services

• Undertaking works and services on public and private land off the public highway including within housing estates or schools or other areas.

The works and services will primarily be delivered across the City of Westminster but from time to time the contractor may be required to carry out works and services outside of city boundaries.

The full scope of the work under the contract is set in the procurement documents available on the our City of Westminster Procurement and Contracts portal (see VI.3).

Furthermore, due to the term of the Contract and the nature of the contract, the Council reserves the right to include additional supporting and/or related works and services in the Scope, including during the term of the Contract and in accordance with its terms.

Under the Public Contract Regulations 2015 (PCR) mixed procurements are classified as whichever is the main subject-matter of the procurement. WCC deems this to be a works contract.

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: 1 250 000 000.00  GBP

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

Start: 01/10/2026

End: 30/09/2038

This contract is subject to renewal: Yes

Description of renewals:

The overall maximum contract period is twelve and a half (12.5) years. This includes an initial period of eight and a half (8.5) years and the extension options of one or more extensions up to a total of four years .

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

Objective criteria for choosing the limited number of candidates:

Pass/Fail CAS with scored technical questions as set out in the procurement documents .

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

II.2.14) Additional information

The estimated contract value stated in II.1.5) and II.2.6) is an estimate only. The estimated contract value over the full 12 year 6 month contract period has been estimated at £1.25 billion. Continued in V1.3.

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

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-027862

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

Date: 04/04/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/05/2025

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: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2034 or 2038

VI.3) Additional information

This opportunity and all associated procurement documents will be accessible via our City of Westminster Procurement and Contracts portal ("the Portal"), kindly visit https://wcc.ukp.app.jaggaer.com and search for the following reference: [Insert ITT reference]. If you have any questions, please submit these through the portal.

Our portal is free to register on.

To view details of the Opportunity via the Portal please click the following link and click on Opportunities: https://wcc.ukp.app.jaggaer.com

Or browse as follows:

- Connect to https://wcc.ukp.app.jaggaer.com

- Enter your Username and Password

- Go to Published Opportunities

- Click on the Project Title to view details

The Contracting Authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those regulations. The Contracting Authority reserves the right not to proceed or not to award a contract for the whole or any part of the proposed procurement. The Contracting Authority will not be liable for any costs incurred by those expressing an interest, participating in negotiation or tendering for this contract.

Economic Operators should note that it is WCC’s intention to award the contract in time to allow for a mobilisation period of up to six months. This period will be in addition to the service period. Economic Operators should be aware the form of contract is the NEC4 Term Services Contract (with bespoke amendments) and the Council may issue task orders under the contract up to the last day of the service period. Works and services under such task orders may continue beyond the service period until completion of the task. The anticipated starting date is 1st October 2026 however, the starting date is subject to change at the discretion of WCC.

. The work under this Contract comprises the provision of an integrated highways and public realm service including:

· Carriageway Maintenance and Resurfacing, Footway Maintenance and Re-paving, Street Lighting and other electrical asset renewals, Security and HVM, Reactive Works, Routine Works, Minor Works, Project Works including Public Realm Projects, Bridges and Structures, Statues and Monuments, Drainage services and works.

· Design Services

· Structural Inspections and various other inspection regimes.

· Regulatory and support functions including management of the Pipe Subway and Tunnel Management

· Supply and management of various highway and traffic related IT based systems and data

· Other Professional Services

· Undertaking works and services on public and private land off the public highway including within housing estates or schools or other areas.

The works and services will primarily be delivered across the City of Westminster but from time to time the contractor may be required to carry out works and services outside of city boundaries. The full scope of the work under the contract is set in the procurement documents available on the our City of Westminster Procurement and Contracts portal. Furthermore, due to the term of the Contract and the nature of the contract, the Council reserves the right to include additional supporting and/or related works and services in the Scope, including during the term of the Contract and in accordance with its terms.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 day calendar day standstill period at the point information on the award of the contact is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 nº 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective”. In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.5) Date of dispatch of this notice

20/02/2025

Coding

Commodity categories

ID Title Parent category
45221000 Construction work for bridges and tunnels, shafts and subways Engineering works and construction works
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
90641000 Gully cleaning services Gully cleaning and emptying services
34929000 Highway materials Road equipment
71311210 Highways consultancy services Civil engineering consultancy services
71311220 Highways engineering services Civil engineering consultancy services
45316000 Installation work of illumination and signalling systems Electrical installation work
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

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:
nsaunders@westminster.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.