Tender

Contract for the Provision of Highways, Street Lighting and Associated Infrastructure Works

  • London Borough of Harrow

F02: Contract notice

Notice identifier: 2025/S 000-003815

Procurement identifier (OCID): ocds-h6vhtk-04dbdb

Published 5 February 2025, 1:40pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Harrow

PO Box 1358

Harrow

HA3 3QN

Contact

Mr David Hayes

Email

david.hayes@harrow.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.harrow.gov.uk

Buyer's address

http://www.harrow.gov.uk

one.3) Communication

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

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

Internet address

www.harrow.gov.uk