Tender

Highways and Street Lighting contracts

  • LONDON BOROUGH OF HAVERING

F02: Contract notice

Notice identifier: 2023/S 000-036855

Procurement identifier (OCID): ocds-h6vhtk-0425c1

Published 14 December 2023, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF HAVERING

Town Hall, Main Road

ROMFORD

RM1 3BB

Contact

Rebecca Nippress

Email

rebecca.nippress@havering.gov.uk

Telephone

+44 1708434017

Country

United Kingdom

Region code

UKI52 - Barking & Dagenham and Havering

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.havering.gov.uk/

one.3) Communication

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

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/FuseWelcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/FuseWelcome

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 Street Lighting contracts

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 Havering invites expressions of interest from suitably qualified and experienced organisations in relation to its contracts for the delivery of a programme of term maintenance, capital works projects, and in respect of Street Lighting across its network of highways and infrastructure in Havering.

The works and services to be provided under the Contracts are comprehensive and cover all the routine, reactive and planned works that need to be delivered by the Authority to achieve the

outcomes as set out in the respective Contracts. The Authority is seeking a contractor for each contract to deliver the works and services in a way that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority's aims and values.

Works will be within the boundaries of the London Borough of Havering.

The Authority is conducting this procurement through the competitive procedure with negotiation as provided for by the Public Contracts Regulations 2015 (as amended) ('PCR').The procurement is divided into two Lots, one for each contract. Bidders shall be entitled to bid for one or other of the Highways and Street Lighting Lots, or to bid for both.

The minimum requirements and the award criteria shall not be subject to negotiation.

Contracting authorities may award contracts on the basis of the initial tenders without negotiation where they have indicated, in the contract notice or in the invitation to confirm interest, that they reserve the possibility of doing so, the Authority is hereby reserving that right.

The contract values are indicative at this stage, based on the amount of funding available to the Authority, and is for the full ten-year term for each of the contracts (6 years + 4 year option to extend).

To participate in this procurement, Potential Providers must first be registered on the Oracle Fusion e-tendering portal. Registration on to the portal is free.

It is imperative that suppliers read all guidance documents on:

• How to register as a supplier for the tender

• How to submit a bid for the tender

These documents are available to view here https://www.havering.gov.uk/info/20071/doing_business_with_us/387/how_we_buy/2

Suppliers that would like to take part in this tender process are invited to 'Express Interest' upon which they will be given access to the full tender documentation delivery through th e-tendering system.

All information regarding this Tender can be downloaded from the Portal and completed submissions and additional documentation should be submitted in accordance with guidance accompanying this Tender. Tenderers have access to their own submission and are able to amend these until the tender deadline.

The Contracts will each be for an initial term of 6 years subject to satisfactory performance by the Contractor against agreed Key Performance Indicators, with options to extend.

two.1.5) Estimated total value

Value excluding VAT: £170,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Highway maintenance and minor highway improvement works (Highways Term Contract)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233123 - Secondary road construction work
  • 45233125 - Road junction construction work
  • 45233126 - Grade-separated junction construction work
  • 45233127 - T-junction construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233140 - Roadworks
  • 45233141 - Road-maintenance works
  • 45233142 - Road-repair works
  • 45233144 - Overpass construction work
  • 45233150 - Traffic-calming works
  • 45233160 - Paths and other metalled surfaces
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233200 - Various surface works
  • 45233210 - Surface work for highways
  • 45233220 - Surface work for roads
  • 45233221 - Road-surface painting work
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233224 - Dual carriageway construction work
  • 45233225 - Single carriageway construction work
  • 45233226 - Access road construction work
  • 45233227 - Slip road construction work
  • 45233228 - Surface coating construction work
  • 45233229 - Verge maintenance work
  • 45233250 - Surfacing work except for roads
  • 45233251 - Resurfacing works
  • 45233252 - Surface work for streets
  • 45233253 - Surface work for footpaths
  • 45233260 - Pedestrian ways construction work
  • 45233261 - Pedestrian overpass construction work
  • 45233262 - Pedestrian zone construction work
  • 45233270 - Parking-lot-surface painting work
  • 45233280 - Erection of road-barriers
  • 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
  • 45233320 - Foundation work for roads
  • 45233340 - Foundation work for footpaths
  • 90620000 - Snow-clearing services
  • 90630000 - Ice-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering
Main site or place of performance

Within the boundaries of the London Borough of Havering

two.2.4) Description of the procurement

Each Contract (Lot) will be for a term of 6 years with an option for the Authority to extend the term for a further period of 4 years.

Lot One shall comprise highway works including but not limited to:

Highway surface maintenance and reactive 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.

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: £145,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Renewal will be subject to funding provisions; therefore no guarantee can be made.

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The Applicants will be ranked in order of their total scores. The Authority intends to take the top 3 ranking Applicants for each Lot through to the Initial Tender stage. However, if the scores are closely tied (within 1%) the Authority reserves the right to take a maximum of 5 Applicants through to Initial Tender stage for each Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Street Lighting and minor improvement works (Street Lighting Term Contract)

Lot No

2

two.2.2) Additional CPV code(s)

  • 31527260 - Lighting systems
  • 31530000 - Parts of lamps and lighting equipment
  • 34928500 - Street-lighting equipment
  • 45316100 - Installation of outdoor illumination equipment
  • 45316110 - Installation of road lighting equipment
  • 45316200 - Installation of signalling equipment
  • 45316210 - Installation of traffic monitoring equipment
  • 45316211 - Installation of illuminated road signs
  • 45316212 - Installation of traffic lights
  • 45316213 - Installation of traffic guidance equipment
  • 50232000 - Maintenance services of public-lighting installations and traffic lights

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering
Main site or place of performance

Within the boundaries of the London Borough of Havering.

two.2.4) Description of the procurement

Lot Two shall comprise Street Lighting works including but not limited to:

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.

As part of this contract The Contractor will be required to procure, install and manage a CMS system capable of the following:

The CMS will enable the control and monitoring of street lights including switching on/off and adaption of light levels across all of the street lighting assets in the network.

The CMS will provide a BSCP520 report suitable for the energy administrator to provide monthly billing, the billing should revenue grade and be accurate and auditable and all equipment will be Elexon approved.

The CMS will be able to accept data and communicate with other types of smart highway sensor.

The CMS will have the capability and capacity to control and monitor the full range and diversity of highway electrical equipment.

The nodes will be mounted on each lighting asset. The nodes will communicate data to the Gateways/Base stations and receive commands and software updates from the Gateways/Base stations using radio frequency signals. The nodes will be configured, activated and connected to the CMS upon installation.

The Gateways/Base Stations are the devices that act as the interface between the nodes and the CMS Server. The gateways will be mounted on lighting assets and communicate with the CMS Server typically using cellular backhaul (4G/5G). Each Gateway should communicate with several thousand nodes depending on the network topology (e.g. Mesh/PMP/Star etc.)

The Nodes will be GPS enabled to link with the client's asset management system and plot units on map using geo location and of robust and weatherproof construction with a simple method of installation generally via 7 pin NEMA socket.

The CMS Server contains the application software which will be hosted on a secure server and is responsible for control and monitoring of the street lighting network. The CMS Server will be capable of sending and receiving data to each asset that is fitted with a CMS Node.

Havering's Asset Management System is currently Mayrise but may convert to Alloy. The CMS shall integrate seamlessly with the AMS, such that any amendments to either system data are synchronized with the other. The integration should support both asset synchronisation and export of alarm data. This integration should utilise a RESTful API and require no actions by the user to reprogram the CMS following the synchronisation.

Management of the CMS will include: monitoring notifications; checking network connectivity; responding to outages that have continued for more than 48 hours; creating dimming profiles; making ad-hoc dimming profile changes where requested by the Service Manager; and providing performance reports upon request by the Service Manager.

Full details of requirements will be included within the specification.

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: £25,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Renewal will be subject to funding provisions, therefore no guarantee can be made.

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The Applicants will be ranked in order of their total scores. The Authority intends to take the top 3 ranking Applicants for each Lot through to the Initial Tender stage. However, if the scores are closely tied (within 1%) the Authority reserves the right to take a maximum of 5 Applicants through to Initial Tender stage for each Lot.

The criteria for Initial Tender and Final Tender are as set out in the Invitation to Participate in Negotiation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The particular conditions set out in the contract documents which shall be included in the invitation to participate in negotiations (included in draft with the procurement documentation made available with this contract notice)


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

Date

29 January 2024

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Contract is divided into 2 lots. The total estimated expenditure range excluding VAT for all lots is estimated

at 170 000 000 GBP. Please note that these spend figures are purely an estimate, are split across both lots, and are for the length of the contract including any possible extensions. The estimated values are provided as an indication of potential spend only, it is not guaranteed and is at all times subject to the Tenderer(s) providing a satisfactory service under the Contract(s).

Tenderers may apply for 1 or more lots. Lots will be awarded individually with a maximum of Lots 1 and Lot 2

awarded to one tenderer. The overall evaluation criteria will be detailed for each lot in the ITN documentation.

Any selection of tenderer(s) will be based solely on the criteria set out for the procurement, and the contract will

be awarded on the basis of the most economically advantageous tender(s).

six.4) Procedures for review

six.4.1) Review body

Institution of Civil Engineers

1 Great George Street

London

SW1P 3AA

Country

United Kingdom