Notice Information
Notice Title
Contract for the Provision of Highways, Street Lighting and Associated Infrastructure Works
Notice Description
Highways, Street Lighting and Associated Works Procurement: Procurement Withdrawal
Lot Information
Lot 1
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.
Renewal: 6.5 years with the option to extend for a further 4 years and thereafter a further 3 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04dbdb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/067176-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
-
- CPV Codes
34928500 - Street-lighting equipment
34928510 - Street-lighting columns
45233000 - Construction, foundation and surface works for highways, roads
Notice Value(s)
- Tender Value
- £300,000,000 £100M-£1B
- Lots Value
- £300,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Oct 20254 months ago
- Submission Deadline
- 26 Feb 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF HARROW
- Contact Name
- Mr David Hayes
- Contact Email
- procurement@harrow.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HARROW
- Postcode
- HA3 3QN
- Post Town
- Harrow
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI74 Harrow and Hillingdon
- Delivery Location
- TLI London, TLI7 Outer London - West and North West
-
- Local Authority
- Harrow
- Electoral Ward
- Greenhill
- Westminster Constituency
- Harrow West
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04dbdb-2025-10-21T15:37:16+01:00",
"date": "2025-10-21T15:37:16+01:00",
"ocid": "ocds-h6vhtk-04dbdb",
"initiationType": "tender",
"tender": {
"id": "DN722226",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Contract for the Provision of Highways, Street Lighting and Associated Infrastructure Works",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45233000",
"description": "Construction, foundation and surface works for highways, roads"
},
"mainProcurementCategory": "works",
"description": "Highways, Street Lighting and Associated Works Procurement: Procurement Withdrawal",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality / Technical",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 4860
},
"hasRenewal": true,
"renewal": {
"description": "6.5 years with the option to extend for a further 4 years and thereafter a further 3 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233000",
"description": "Construction, foundation and surface works for highways, roads"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI7"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.londontenders.org",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2025-02-26T12:00:00Z"
},
"secondStage": {
"invitationDate": "2025-04-01T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The London Borough of Harrow is inviting tenders for the provision of Highways, Street Lighting and Associated Infrastructure Works."
},
"newValue": {
"text": "Highways, Street Lighting and Associated Works Procurement: Procurement Withdrawal"
},
"where": {
"section": "11.1.4"
}
},
{
"oldValue": {
"text": "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."
},
"newValue": {
"text": "The recommendation to abandon the procurement is based on a financial evaluation of the cost of the new contract compared with extension of the existing arrangement which demonstrates that awarding a contract following the competitive process does not represent value for money at this time. In addition abandonment provides an opportunity for the Council to review its requirement for highways, street lighting and associated infrastructure works across all Council services to ensure these align with its strategic outcomes. A refreshed procurement strategy for procurement will be presented to Cabinet for approval."
},
"where": {
"section": "11.2.4"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-112608",
"name": "London Borough of Harrow",
"identifier": {
"legalName": "London Borough of Harrow"
},
"address": {
"streetAddress": "PO Box 1358",
"locality": "Harrow",
"region": "UKI",
"postalCode": "HA3 3QN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr David Hayes",
"email": "procurement@harrow.gov.uk",
"url": "http://www.londontenders.org"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.harrow.gov.uk",
"buyerProfile": "http://www.harrow.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-495",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.harrow.gov.uk"
}
}
],
"buyer": {
"id": "GB-FTS-112608",
"name": "London Borough of Harrow"
},
"language": "en"
}