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 Maintenance Services Contracts 2025

  • First published: 15 September 2024
  • Last modified: 15 September 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-049aa8
Published by:
The Royal Borough of Kensington and Chelsea
Authority ID:
AA21978
Publication date:
15 September 2024
Deadline date:
11 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
71530000 Construction consultancy services Construction-related services
45221100 Construction work for bridges Construction work for bridges and tunnels, shafts and subways
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
79415200 Design consultancy services Production management consultancy services
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232450 Drainage construction works Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
45221113 Footbridge construction work Construction work for bridges and tunnels, shafts and subways
90640000 Gully cleaning and emptying services Cleaning and sanitation services in urban or rural areas, and related services
90641000 Gully cleaning services Gully cleaning and emptying services
90642000 Gully emptying services Gully cleaning and emptying services
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
71311210 Highways consultancy services Civil engineering consultancy services
45432112 Laying of paving Floor-laying and covering, wall-covering and wall-papering work
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
71312000 Structural engineering consultancy services Consultative engineering and construction services
44212120 Structures of bridges Structural products and parts except prefabricated buildings
90733500 Surface water pollution drainage services Services related to water pollution
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
71356300 Technical support services Technical services

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:
Jennifer.Rhoden@rbkc.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.