Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
London
W8 7NX
UK
E-mail: Jennifer.Rhoden@rbkc.gov.uk
NUTS: UKI33
Internet address(es)
Main address: https://www.capitalesourcing.com
Address of the buyer profile: https://www.rbkc.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.capitalesourcing.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 Maintenance Services Contracts 2025
II.1.2) Main CPV code
45233139
II.1.3) Type of contract
Works
II.1.4) Short description
The Royal Borough of Kensington and Chelsea (RBKC) (the Council) has a statutory obligation, as a Highway Authority, to maintain the public highway within its boundary and in doing so we require specialist contractors to support us in carrying out these works. We are responsible for over 188km of carriageways, 380km of footways, five bridges including the two Thames crossings and over 12,000 streetlights.
To streamline our current service provision, we are looking for contractors to deliver our requirements under 3 contract Lots:
- Lot 1 - Highways Drainage Work
- Lot 2 - Highways Structures
- Lot 3 - Highway Maintenance and Projects
These contracts are expected to commence on the 1st April 2025 for initial period of 5 years, with the option to extend for a further 3 years, in 3 x 12-months increments.
Each of these Lots is described in further detail below and Applicants may express an interest in any number of Lots.
II.1.5) Estimated total value
Value excluding VAT:
89 800 000.00
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: Lot 1 - Highways Drainage Work
II.2.2) Additional CPV code(s)
45232450
45232451
45232452
71311210
79415200
90640000
90641000
90642000
90733500
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Royal Borough of Kensington & Chelsea
II.2.4) Description of the procurement
Highways drainage work – repairs and replacement of highway drainage connections from gullies to the Thames Water connection, installation of new highways drainage systems and deep connections and headings, maintenance and installations of Sustainable Drainage systems (SuDs) and design work.
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:
5 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This Contract may be subject to three further 12 month extensions at the sole discretion of the Council.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: Lot 2 - Highways Structures
II.2.2) Additional CPV code(s)
44212120
45221100
45221113
45233000
45233139
71311210
71312000
71356300
79415200
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Royal Borough of Kensington & Chelsea
II.2.4) Description of the procurement
Highways Structures – maintenance and repairs to the highways structures which includes two Thames crossings, one road bridge over a canal and one over a railway line, along with a footbridge and length of Thames Embankment wall. This will also include technical inspections, Approval In Principle (AIP) technical applications from developers and design work.
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:
4 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This Contract may be subject to three further 12 month extensions at the sole discretion of the Council.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that five (5) candidates will be invited to submit a tender, subject to all such candidates having met the criteria contained in the SQ.
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: Lot 3 - Highway Maintenance and Projects
II.2.2) Additional CPV code(s)
45230000
45232450
45232451
45233000
45233100
45233139
45233210
45233220
45233221
45233222
45233223
45432112
71311210
71530000
79415200
90641000
90642000
90733500
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Royal Borough of Kensington & Chelsea
II.2.4) Description of the procurement
Highway Maintenance and Projects – footway and carriageway and street furniture repairs and planned maintenance works included all carriageway road markings, streetlighting repairs and planned maintenance, lit and non- illuminated highways signs, carrying out structural and electrical tests on the street lighting columns and electrical connections, installing new apparatus and working with the network distributor UKPN for electrical connections, helping to service new electric vehicle charge points and small cell installations, install new street scene improvements, implement projects to aid road safety and sustainable transport and implement projects on the public highway through developer / planning requirements and design work.
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:
98 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This Contract may be subject to three further 12 month extensions at the sole discretion of the Council.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that five (5) candidates will be invited to submit a tender, subject to all such candidates having met the criteria contained in the SQ.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
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 main commercial conditions and performance requirements will be described in the procurement documents which are being made available with as part of the SQ documentation. The Contracts will be based on the NEC4 Term Service Contract and Applicants are referred to the SQ documentation for further information.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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:
11/10/2024
Local time: 14:00
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
1. To express interest in the Contract, Applicants must complete and submit the SQ through the Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient time to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline.
2. 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 SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases.
3. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total value of the Contract in 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.
4. All dates set out in this Contract Notice are based on the Council’s current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change.
5. Although the work under the Contract is categorised for the purposes of this Contract Notice as a works contract, Applicants shall note that it will contain significant elements of services and supplies.
6. A response to this Contract Notice does not guarantee that an Applicant will be invited to submit a tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement.
7. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Contract Notice and the SQ and with submitting any tender, howsoever such costs are incurred.
8. The Council considers it likely that TUPE will apply at the commencement of the Contracts and Applicants are referred to the procurement documents for further information.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will comply with its obligations under Regulations 86 and 87 of the Public Contracts Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
13/09/2024