Tender

Highways Maintenance

  • London Borough of Bromley

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-079486

Procurement identifier (OCID): ocds-h6vhtk-051ccd (view related notices)

Published 3 December 2025, 4:42pm



Scope

Description

The London Borough of Bromley, as the Highway Authority, is responsible for the repair and maintenance of 1370km (850 miles) of footways, 842km (525 miles) of carriageways and more than 28,000 streetlights and items of illuminated street furniture.

The Council is seeking to re-procure these services, as described in the Invitation to Tender documentation, in the following Lots:

Lot 1 - Major Works

Lot 2 - Minor Works

The Lots will be evaluated separately as outlined in the Invitation to Tender. A company may be awarded one or both Lots.

Total value (estimated)

  • £71,000,000 excluding VAT
  • £85,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2026 to 30 June 2032
  • Possible extension to 30 June 2036
  • 10 years

Description of possible extension:

Two options to extend for a further period of 2 years each (four years in total) on the same terms.

Main procurement category

Works

CPV classifications

  • 45233000 - Construction, foundation and surface works for highways, roads

Contract locations

  • UKI61 - Bromley

Lot 1. Major Works

Description

The Major Works Lot will include:

Planned maintenance and improvements of carriageways and footways

Proprietary thin surfacing, asphaltic concrete and hot rolled asphalt surfacing of carriageways and other areas.

Urban regeneration schemes

Surface dressing and micro-asphalts

Anti-skid surfacing

Provision of new road markings, as part of planned highway maintenance or improvement schemes

Planned maintenance of kerbs, footways and other paved areas.

Provision & removal of posts, bollards and other items of street furniture, as part of planned highway maintenance or improvement schemes

Drainage installation, as part of planned highway maintenance or improvement schemes

Routine/Non-routine maintenance and improvement of street lighting and illuminated traffic signs.

Provision, maintenance, cleaning & removal of non-illuminated road signs.

In hours and out of hours emergency response to incidents involving street lighting and illuminated street furniture

Lot value (estimated)

  • £47,000,000 excluding VAT
  • £56,400,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Minor Works

Description

The Minor Works Lot will include:

Routine maintenance of carriageways and footways.

Emergency repairs of carriageways and footways.

In hours and out of hours emergency response to incidents on the highway network, including weather emergencies.

Winter maintenance, including pre-salting, post-salting, snow and ice clearance to footways and carriageways.

Provision, maintenance & removal of posts, bollards and other items of street furniture.

Surface water drainage installation.

Repair of kerbing.

Patching and repair of footways and paved areas.

Paving and surfacing of footways and paved areas.

Provision and maintenance of Traffic Management for third parties.

Provision, maintenance & removal of road markings.

Lot value (estimated)

  • £24,000,000 excluding VAT
  • £28,800,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot 1. Major Works

Lot 2. Minor Works

The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value of £4.7M for Lot 1 (Major Works) and £2.4M for Lot 2 (Minor Works). To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least £9.4M for Lot 1 (Major Works) and £4.8M for Lot 2 (Minor Works). To be awarded both contracts, the Tenderer must have a minimum yearly turnover of £14.2M, or else it will only be successful in the highest valued Lot where it satisfies the minimum turnover requirement.

The Council will assess tenderers' financial standing as outlined in the Conditions of Participation document and will reject any tender where the organisation is shown to not meet the minimum criteria stated.

Particular suitability

Lot 1. Major Works

Lot 2. Minor Works

Small and medium-sized enterprises (SME)


Submission

Tender submission deadline

16 January 2026, 12:00pm

Submission address and any special instructions

Tenders must be submitted via the Council's ProContract portal. Please see the link below:

https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1

Please ensure that you register on the portal and log in to see the Invitation to Tender documentation and latest correspondence, including any clarifications that may be issued.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 5 November 2035


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Cost Price 60%
Quality

The quality criteria consists of:

Information Governance and Security (5%)

Quality and Operational Competence (25%)

Contract Monitoring (20%)

Localism (5%)

People and Contract Management (10%)

Supply...

Quality 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

London Borough of Bromley

  • Public Procurement Organisation Number: PBBG-1282-YCXD

Bromley Civic Centre, Churchill Court, 2 Westmoreland Road

Bromley

BR1 1DP

United Kingdom

Region: UKI61 - Bromley

Organisation type: Public authority - sub-central government