Section one: Contracting authority
one.1) Name and addresses
London Borough of Harrow
PO Box 1358
Harrow
HA3 3QN
Contact
Mr David Hayes
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.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
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
Contract for the Provision of Highways, Street Lighting and Associated Infrastructure Works
Reference number
DN722226
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Harrow is inviting tenders for the provision of Highways, Street Lighting and Associated Infrastructure Works.
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233000 - Construction, foundation and surface works for highways, roads
- 34928510 - Street-lighting columns
- 34928500 - Street-lighting equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
The works to be provided under this contract consist of a comprehensive highways and transport, maintenance and improvement service for the Council.
The Contractor may be required to undertake elements of the following tasks forming part of the service in each Service Year (Core Tasks):
• Provision, maintenance and cleaning of road signs,
• Provision and maintenance of road markings and road studs (in accordance with the Plan for Road Markings),
• Routine and Reactive highways asset repairs (in accordance with Code of Practice for Highway Inspections),
• Drainage maintenance activities relating to all drainage assets (as defined in the Code of Practice for Drainage maintenance),
• Bridges and highway structures routine and cyclic maintenance
• Vegetation and debris removal from bridges and highway structures, including removal of blockages from watercourses,
• Winter Service Operations,
• Emergency response,
• Maintenance of Highways Electrical assets (in accordance with the Code of Practice for Highways Electrical Maintenance).
The Contractor may also be required to undertake elements of the following types of maintenance and improvement schemes, in each Service Year (Work Tasks):
• Highway and junction improvements,
• Bridges and highway structures reactive maintenance, improvements and upgrades,
• Drainage improvement schemes,
• Maintenance of traffic signals,
• Vehicle safety fencing,
• Traffic management and calming,
• Pedestrian and cycle infrastructure improvements,
• Public Rights of Way bridge Improvements and upgrades,
• Road space reallocation schemes,
• Public realm improvements,
• Car Park maintenance and improvement schemes,
• Facilitation and support for events,
• Public transport infrastructure including bus stops and bus priority measures,
• Accessibility improvements,
• Carriageway & footway construction, reconstruction/surfacing,
• Site investigation,
Contractor design,
• Asset inventory, inspections, data collection, surveys and analysis,
• Street lighting Improvements,
• Traffic signal Improvements,
• Verge maintenance and weed control,
• Hedge maintenance.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
162
This contract is subject to renewal
Yes
Description of renewals
6.5 years with the option to extend for a further 4 years and thereafter a further 3 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2025
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: Yes
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom