Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Contact
Nick Saunders
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://wcc.ukp.app.jaggaer.com
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://wcc.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://wcc.ukp.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
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
Highways and Public Realm Contract
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
Westminster City Council (WCC) intends to enter into an agreement with a single partner (or consortia) to deliver the Highways and Public Realm Contract primarily, but not exclusively, across the City of Westminster.
WCC will separately, at a later point in time, be procuring an Audit, Compliance and Asset Management Contract with a likely commencement date of April 2027 (subject to change). The purpose of the Audit, Compliance and Asset Management Contract is to ensure that the main Highways and Public Realm contract is delivering outputs from a commercial, quality and performance perspective. Economic Operators are made aware that any successful tenderer for this Highways and Public Realm Contract shall not be permitted to tender for Audit, Compliance and Asset Management Contract as it would not be possible for the same contractor to objectively monitor their own performance.
Economic Operators are advised that the procurement documents available via the Portal are (with the exception of the CAS SQ and CAS SQ Guidance) provided in draft for information purposes at this stage in the process and are subject to change. WCC reserves the right to enhance and/or amend any of the material, positions and details set out the Procurement Documents. Further, WCC is following a CPN process for this procurement and the procurement documents may continue to develop as the procurement progresses. The CAS SQ and CAS SQ Guidance may be subject to refinement and clarification in response to queries from economic operators or to correct any errors or omissions. Further information is set out in the CAS SQ Guidance available via the Portal. WCC makes no commitment to award any contract as a result of this procurement or otherwise.
two.1.5) Estimated total value
Value excluding VAT: £1,250,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34929000 - Highway materials
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45233000 - Construction, foundation and surface works for highways, roads
- 45316000 - Installation work of illumination and signalling systems
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 90641000 - Gully cleaning services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
The work under this Contract comprises the provision of an integrated highways and public realm service including:
• Carriageway Maintenance and Resurfacing, Footway Maintenance and Re-paving, Street Lighting and other electrical asset renewals, Security and HVM, Reactive Works, Routine Works, Minor Works, Project Works including Public Realm Projects, Bridges and Structures, Statues and Monuments, Drainage services and works.
• Design Services
• Structural Inspections and various other inspection regimes.
• Regulatory and support functions including management of the Pipe Subway and Tunnel Management
• Supply and management of various highway and traffic related IT based systems and data
• Other Professional Services
• Undertaking works and services on public and private land off the public highway including within housing estates or schools or other areas.
The works and services will primarily be delivered across the City of Westminster but from time to time the contractor may be required to carry out works and services outside of city boundaries.
The full scope of the work under the contract is set in the procurement documents available on the our City of Westminster Procurement and Contracts portal (see VI.3).
Furthermore, due to the term of the Contract and the nature of the contract, the Council reserves the right to include additional supporting and/or related works and services in the Scope, including during the term of the Contract and in accordance with its terms.
Under the Public Contract Regulations 2015 (PCR) mixed procurements are classified as whichever is the main subject-matter of the procurement. WCC deems this to be a works contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2026
End date
30 September 2038
This contract is subject to renewal
Yes
Description of renewals
The overall maximum contract period is twelve and a half (12.5) years. This includes an initial period of eight and a half (8.5) years and the extension options of one or more extensions up to a total of four years .
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Pass/Fail CAS with scored technical questions as set out in the procurement documents .
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
two.2.14) Additional information
The estimated contract value stated in II.1.5) and II.2.6) is an estimate only. The estimated contract value over the full 12 year 6 month contract period has been estimated at £1.25 billion. Continued in V1.3.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-027862
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 April 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 May 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2034 or 2038
six.3) Additional information
This opportunity and all associated procurement documents will be accessible via our City of Westminster Procurement and Contracts portal ("the Portal"), kindly visit https://wcc.ukp.app.jaggaer.com and search for the following reference: [Insert ITT reference]. If you have any questions, please submit these through the portal.
Our portal is free to register on.
To view details of the Opportunity via the Portal please click the following link and click on Opportunities: https://wcc.ukp.app.jaggaer.com
Or browse as follows:
- Connect to https://wcc.ukp.app.jaggaer.com
- Enter your Username and Password
- Go to Published Opportunities
- Click on the Project Title to view details
The Contracting Authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those regulations. The Contracting Authority reserves the right not to proceed or not to award a contract for the whole or any part of the proposed procurement. The Contracting Authority will not be liable for any costs incurred by those expressing an interest, participating in negotiation or tendering for this contract.
Economic Operators should note that it is WCC’s intention to award the contract in time to allow for a mobilisation period of up to six months. This period will be in addition to the service period. Economic Operators should be aware the form of contract is the NEC4 Term Services Contract (with bespoke amendments) and the Council may issue task orders under the contract up to the last day of the service period. Works and services under such task orders may continue beyond the service period until completion of the task. The anticipated starting date is 1st October 2026 however, the starting date is subject to change at the discretion of WCC.
. The work under this Contract comprises the provision of an integrated highways and public realm service including:
· Carriageway Maintenance and Resurfacing, Footway Maintenance and Re-paving, Street Lighting and other electrical asset renewals, Security and HVM, Reactive Works, Routine Works, Minor Works, Project Works including Public Realm Projects, Bridges and Structures, Statues and Monuments, Drainage services and works.
· Design Services
· Structural Inspections and various other inspection regimes.
· Regulatory and support functions including management of the Pipe Subway and Tunnel Management
· Supply and management of various highway and traffic related IT based systems and data
· Other Professional Services
· Undertaking works and services on public and private land off the public highway including within housing estates or schools or other areas.
The works and services will primarily be delivered across the City of Westminster but from time to time the contractor may be required to carry out works and services outside of city boundaries. The full scope of the work under the contract is set in the procurement documents available on the our City of Westminster Procurement and Contracts portal. Furthermore, due to the term of the Contract and the nature of the contract, the Council reserves the right to include additional supporting and/or related works and services in the Scope, including during the term of the Contract and in accordance with its terms.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 day calendar day standstill period at the point information on the award of the contact is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 nº 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective”. In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).