Opportunity

Provision of Highways and Lighting Term Contract in the London Borough of Waltham Forest

  • London Borough of Waltham Forest

F02: Contract notice

Notice reference: 2021/S 000-000033

Published 4 January 2021, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Waltham Forest

Waltham Forest Town Hall, Forest Road

London

E17 4JF

Contact

Ms Rosella Ngeh

Email

rosella.ngeh@walthamforest.gov.uk

Telephone

+44 2084960000

Country

United Kingdom

NUTS code

UKI53 - Redbridge and Waltham Forest

Internet address(es)

Main address

https://www.londontenders.org/

Buyer's address

http://www.walthamforest.gov.uk/

one.3) Communication

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

https://procontract.due-north.com/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Highways and Lighting Term Contract in the London Borough of Waltham Forest

Reference number

DN508720

two.1.2) Main CPV code

  • 45233000 - Construction, foundation and surface works for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

The London Borough of Waltham Forest (“the Authority”) invites Expressions of Interest from suitably qualified and experienced organisations in relation to the Contract for the Provision of Highways and Lighting Term Contract. The Authority is conducting this procurement through the restricted procedure of the Public Contracts Regulations 2015.

The Contract will be for an initial term of 5 years subject to satisfactory performance by the Service Provider/s against agreed Key Performance Indicators, with options to extend.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34928530 - Street lamps
  • 34929000 - Highway materials
  • 34990000 - Control, safety, signalling and light equipment
  • 45233100 - Construction work for highways, roads
  • 45233130 - Construction work for highways
  • 45233131 - Construction work for elevated highways
  • 45233139 - Highway maintenance work
  • 45233210 - Surface work for highways
  • 45233252 - Surface work for streets
  • 45233290 - Installation of road signs
  • 45233291 - Installation of bollards
  • 45233292 - Installation of safety equipment
  • 45233293 - Installation of street furniture
  • 45233294 - Installation of road signals
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45316000 - Installation work of illumination and signalling systems
  • 63712200 - Highway operation services
  • 71311220 - Highways engineering services

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest

two.2.4) Description of the procurement

Highway surface maintenance and construction repairs to roads, footways and cycleway ranging from small patching repairs to machine surfacing of carriageways. Surface dressing and specialist road surface treatments.

New build highway projects (including public realm) varying in type from junction improvements, civil works for traffic signal installations, mini/small roundabouts, traffic calming measures including islands, bus stop facilities, footway construction, dropped crossings to footway and other related works/services.

Bridge repair works, waterproofing, parapets/barriers and expansion joints.

Associated works in the areas of:

— Site Clearance,

— Earthworks,

— Guardrails and Safety Fences,

— Fencing,

— Drainage and ducting,

— Sustainable drainage,

— Kerbing,

— Non-illuminated traffic signs,

— Structural concrete,

— Brickwork,

— Verges and landscaping,

— Accommodation works,

— Painting and corrosion protection,

— Road Markings

Street lighting maintenance and improvement including wall mounted units and catenary

Maintenance and improvement to illuminated traffic signs and other street furniture equipment including, Feeder pillars, Illuminated traffic sign, Illuminated traffic bollards, Belisha beacons, Vehicle actuated signs and other electrical equipment.

Electrical cable installations/repairs and all works associated with lighting and traffic signs.

Full detail of service/works requirements can be found in the tender documentation.

two.2.5) Award criteria

Cost criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £80,000,000

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

End date

31 March 2027

This contract is subject to renewal

No

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

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Please refer to the selection questionnaire explanatory document.

The Authority proposes to invite the top six (6) Candidates with the highest scoring compliant SQ submissions to the tender stage of the Procurement Process.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the initial term of five (5) years with options to extend.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

23 July 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Authority proposes to invite the top six (6) Candidates with the highest scoring compliant SQ submissions to the tender stage of the Procurement Process.

TUPE data will not be issued at Selection Questionnaire (SQ) stage. TUPE data will only be available at Invitation to Tender (ITT) stage subject to completion of the TUPE Confidentiality Declaration.

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process.

The Contracting Authority also reserves the right not to award a contract. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

LBWF will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2SA

Country

United Kingdom