Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Contact
Nick Saunders
Telephone
+44 7971920520
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.westminster.gov.uk/
Buyer's address
https://www.capitalesourcing.com/web/login.shtml
one.3) Communication
Additional information can be obtained from 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 Maintenance Market Engagement
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 purpose of this Prior Information Notice (PIN) is to initiate a market engagement exercise for the procurement of a services provider to assist Westminster City Council with delivery of highways related services. We are aiming to assess the interest and capability of the market to provide and deliver the scope of potential services and what its views are on how an opportunity of this kind might be packaged and delivered. At this stage It is proposed to utilise the NEC4 suite of contracts.
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Central London
two.2.4) Description of the procurement
Two Highways contract opportunities are being considered. The City Council is not wedded to one specific operating model but after an extensive options appraisal leads us to the following preferred operating model. We are interested to know if the packaging is attractive to the market.
The first contract covers reactive, routine and planned preventative maintenance of Highways (Carriageway and Footway), Drainage, Public Lighting, Electrical and Mechanical Services, Bridges and Structures. In addition, the design and build of public realm schemes is also in scope.
The City Council’s preferred operating model is Reactive, Routine, Planned Preventative Maintenance, Design, other professional services, and Delivery provided by one organisation or entity. Joint ventures or partnership bids would be welcomed.
The second contract is for Compliance and Audit Services is also currently considered a preferred option. The contract scope would also include responsibilities for asset management data, updates of key documents including HiAMP and MMP and the provision of related professional services.
The current annual value of the contracts is circa £50m - £60m per annum.
It is envisaged they would be a framework contract that allows other London Authorities and organisations to call off from.
two.3) Estimated date of publication of contract notice
2 September 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
Westminster City Council is inviting suitably experienced and qualified suppliers to discuss future provision of services related to the maintenance and construction of highways and related assets in Westminster borough of London, UK. The Council is exploring model options for delivering its Highways and Transportation Services that will ensure timely delivery of good quality, value for money, environmental benefits and social values while embracing technological innovation.
The Council currently has a contract for Highways Maintenance (see contract packages for scope detail), which expires at the end of March 2026, and is looking to explore options for future provision of this service.
The main objectives of the market engagement will be to initiate a discussion with the market to generate ideas how to achieve the following:
• Best use of limited public funds taking into consideration social value Enablement and environmental ambitions of the council.
• Establishing a procurement partnership to deliver our legislative, sustainability, communities, diversity, and equality ambitions.
• Flexible and future proof contract enabling design and build for the future and allow space for bringing in innovation.
• Enabling sustainable and active transport strategies.
• Achieve efficiencies and effectiveness in a way that would not affect the quality of the service provision by using innovation and technology.
• Consider alternative models for provision of the maintenance, which is most likely to deliver savings and efficiencies.
• Support WCC in achieving carbon neutrality by 2030
• An innovative and leading approach to place strategy and public realm design, enabling the use of a range of practices, providers, and consultants to drive design-thinking and design response, good customer experience for staff, customers, and communities.
• Management and co-ordination of all initiatives, design and works across the borough.
• Standardise processes, where possible, and maximise the use of new technology and data to provide a consistency in asset management including project management.
• Enablement of WCC staff development, building resilience and internal capacity.
The Council wishes to consult with organisations with relevant experience of the delivery of similar services. The purpose of the consultation is to seek the early views of market participants on potential service delivery models available to the Council that best align with the above listed objectives. The consultation will assist the Council to identify preferred option(s) and help the Council in the planning of future procurement procedures. The Council intends to commence the procurement procedure in Q2/Q3 2024.
The Council will host an in-person Market Engagement event at its offices in Westminster City Hall on 2nd November 2023 and will offer 1:1 slots for in person and virtual meetings (via MS Teams) to organisations, wishing to engage in further discussions. The individual meetings with suppliers will take place during the following 3 weeks.
All relevant correspondence will be managed through the Council's Commercial Manager – Nick Saunders (nsaunders@westminster.gov.uk)