º£½ÇÉçÇøapp

Construction Tenders

Thu September 19 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 3

Status Active

Published 13th Sep 2024

Tender Details
Referenceocds-h6vhtk-049aa8
Common Procurement VocabularyHighway maintenance work
Procurement MethodRestricted procedure
Value£89,800,000
« Previous Page

London

Category Works

Type

No. of Lots 3

Status Active

Published 13th Sep 2024

Tender Details
Referenceocds-h6vhtk-049aa8
Common Procurement VocabularyHighway maintenance work
Procurement MethodRestricted procedure
Value£89,800,000

Section I: Contracting authority

I.1) Name and addresses

The Royal Borough of Kensington and Chelsea

Town Hall, Hornton Street

London

W8 7NX

Email

Jennifer.Rhoden [at] rbkc.gov.uk

Country

United Kingdom

NUTS code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

Tenders or requests to participate must be submitted to the above-mentioned 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 - Highway maintenance work

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

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot No

Lot 1 - Highways Drainage Work

II.2.2) Additional CPV code(s)

  • 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

II.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
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

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

II.2) Description

II.2.1) Title

Lot No

Lot 2 - Highways Structures

II.2.2) Additional CPV code(s)

  • 44212120 - Structures of bridges
  • 45221100 - Construction work for bridges
  • 45221113 - Footbridge construction work
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233139 - Highway maintenance work
  • 71311210 - Highways consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71356300 - Technical support services
  • 79415200 - Design consultancy services

II.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
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

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

II.2) Description

II.2.1) Title

Lot No

Lot 3 - Highway Maintenance and Projects

II.2.2) Additional CPV code(s)

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 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
  • 71311210 - Highways consultancy services
  • 71530000 - Construction consultancy services
  • 79415200 - Design consultancy services
  • 90641000 - Gully cleaning services
  • 90642000 - Gully emptying services
  • 90733500 - Surface water pollution drainage services

II.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
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

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 the 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 October 2024

Local time

2:00pm

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

English

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

Country

United Kingdom

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).