Highways Maintenance Services Contracts 2025

A Tender Notice
by THE ROYAL BOROUGH OF KENSINGTON AND CHELSEA

Source
Find a Tender
Type
Contract (Works)
Duration
5 year
Value
£90M
Sector
CONSTRUCTION
Published
13 Sep 2024
Delivery
To 11 Oct 2029 (est.)
Deadline
11 Oct 2024 14:00

Concepts

Location

Royal Borough of Kensington & Chelsea

Geochart for 2 buyers and 0 suppliers

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.

Lot Division

1
  • Value: £5M

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.

2
  • Value: £4M

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.

3
  • Value: £98M

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.

Renewal Options

This Contract may be subject to three further 12 month extensions at the sole discretion of the Council.

CPV Codes

  • 45233139 - Highway maintenance work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 71311210 - Highways consultancy services
  • 79415200 - Design consultancy services
  • 90640000 - Gully cleaning and emptying services
  • 90641000 - Gully cleaning services
  • 90642000 - Gully emptying services
  • 90733500 - Surface water pollution drainage services
  • 44212120 - Structures of bridges
  • 45221100 - Construction work for bridges
  • 45221113 - Footbridge construction work
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 71312000 - Structural engineering consultancy services
  • 71356300 - Technical support services
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45233100 - Construction work for highways, roads
  • 45233210 - Surface work for highways
  • 45233220 - Surface work for roads
  • 45233221 - Road-surface painting work
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45432112 - Laying of paving
  • 71530000 - Construction consultancy services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other 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.

Reference

Domains