Tender

Highways Maintenance

LONDON BOROUGH OF BROMLEY

This public procurement record has 3 releases in its history.

TenderUpdate

09 Jan 2026 at 14:39

Tender

03 Dec 2025 at 16:42

Planning

22 May 2025 at 09:15

Summary of the contracting process

The London Borough of Bromley has initiated a procurement process for the "Highways Maintenance" contract. As the Highway Authority, Bromley is responsible for the upkeep of a substantial road network, encompassing 1370km of footways and 842km of carriageways. The tender, managed via open procedure, includes services divided into two lots: Major Works and Minor Works. The process is currently in the tender update stage with submission deadlines extended to 2nd February 2026. This contract, part of the works procurement category, is valued at £85.2 million gross and will be implemented within the UKI61 region, with the contract period commencing on 1st July 2026 and potentially lasting until 30th June 2036, inclusive of renewal options.

This tender presents a significant opportunity for businesses specializing in construction and road maintenance to secure long-term projects across multiple task areas, such as urban regeneration schemes, street lighting maintenance, and emergency highway response services. The tender encourages competition, suitable for SMEs, by alongside larger organisations with a minimum yearly turnover requirement. Award criteria for the lots weigh heavily on cost (60%) and various elements of quality (40%), allowing businesses focused on innovation, customer satisfaction, and local engagement to demonstrate their competence. Firms meeting these criteria could achieve considerable growth through engagement with the extensive Broley highway network, with the flexibility to extend their contracts through renewal options.

How relevant is this notice?

Notice Information

Notice Title

Highways Maintenance

Notice 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.

Lot Information

Major Works

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

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

Minor Works

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.

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

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051ccd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001926-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

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

Notice Value(s)

Tender Value
£71,000,000 £10M-£100M
Lots Value
£71,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Jan 20261 weeks ago
Submission Deadline
2 Feb 20262 weeks to go
Future Notice Date
1 Dec 2025Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2032 Over 5 years
Recurrence
2035-11-05

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 BROMLEY
Contact Name
Not specified
Contact Email
procurement@bromley.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BROMLEY
Postcode
BR1 1DP
Post Town
Bromley
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI61 Bromley
Delivery Location
TLI6 Outer London - South, TLI61 Bromley

Local Authority
Bromley
Electoral Ward
Bromley Town
Westminster Constituency
Bromley and Biggin Hill

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-051ccd-2026-01-09T14:39:10Z",
    "date": "2026-01-09T14:39:10Z",
    "ocid": "ocds-h6vhtk-051ccd",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024538-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024538-2025",
                "datePublished": "2025-05-22T10:15:14+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PBBG-1282-YCXD",
            "name": "London Borough of Bromley",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBBG-1282-YCXD"
            },
            "address": {
                "streetAddress": "Bromley Civic Centre, Churchill Court, 2 Westmoreland Road",
                "locality": "Bromley",
                "postalCode": "BR1 1DP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI61"
            },
            "contactPoint": {
                "email": "procurement@bromley.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBBG-1282-YCXD",
        "name": "London Borough of Bromley"
    },
    "tender": {
        "id": "ocds-h6vhtk-051ccd",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Highways Maintenance",
        "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233000",
                        "description": "Construction, foundation and surface works for highways, roads"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI6",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233000",
                        "description": "Construction, foundation and surface works for highways, roads"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 85200000,
            "currency": "GBP",
            "amount": 71000000
        },
        "mainProcurementCategory": "works",
        "additionalProcurementCategories": [
            "services"
        ],
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2032-06-30T23:59:59+01:00",
                    "maxExtentDate": "2036-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "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",
                "value": {
                    "amountGross": 56400000,
                    "amount": 47000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 Chain (5%) Innovation and Continuous Improvement (5%) Communication (5%) Customer Satisfaction (5%) Waste Management and Recycling (10%) Supporting Apprenticeships (5%)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 Chain (5%) Innovation and Continuous Improvement (5%) Communication (5%) Customer Satisfaction (5%) Waste Management and Recycling (10%) Supporting Apprenticeships (5%)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value of PS4.7M for Lot 1 (Major Works) and PS2.4M for Lot 2 (Minor Works). To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least PS9.4M for Lot 1 (Major Works) and PS4.8M for Lot 2 (Minor Works). To be awarded both contracts, the Tenderer must have a minimum yearly turnover of PS14.2M, 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."
                        },
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value of PS4.7M for Lot 1 (Major Works) and PS2.4M for Lot 2 (Minor Works). To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least PS9.4M for Lot 1 (Major Works) and PS4.8M for Lot 2 (Minor Works). To be awarded both contracts, the Tenderer must have a minimum yearly turnover of PS14.2M, 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."
                        }
                    ]
                },
                "renewal": {
                    "description": "Two options to extend for a further period of 2 years each (four years in total) on the same terms."
                }
            },
            {
                "id": "2",
                "title": "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.",
                "status": "active",
                "value": {
                    "amountGross": 28800000,
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 Chain (5%) Innovation and Continuous Improvement (5%) Communication (5%) Customer Satisfaction (5%) Waste Management and Recycling (10%) Supporting Apprenticeships (5%)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 Chain (5%) Innovation and Continuous Improvement (5%) Communication (5%) Customer Satisfaction (5%) Waste Management and Recycling (10%) Supporting Apprenticeships (5%)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value of PS4.7M for Lot 1 (Major Works) and PS2.4M for Lot 2 (Minor Works). To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least PS9.4M for Lot 1 (Major Works) and PS4.8M for Lot 2 (Minor Works). To be awarded both contracts, the Tenderer must have a minimum yearly turnover of PS14.2M, 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."
                        },
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value of PS4.7M for Lot 1 (Major Works) and PS2.4M for Lot 2 (Minor Works). To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least PS9.4M for Lot 1 (Major Works) and PS4.8M for Lot 2 (Minor Works). To be awarded both contracts, the Tenderer must have a minimum yearly turnover of PS14.2M, 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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2032-06-30T23:59:59+01:00",
                    "maxExtentDate": "2036-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two options to extend for a further period of 2 years each (four years in total) on the same terms."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-01T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "aboveThreshold": true,
        "submissionMethodDetails": "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.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-02T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-20T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "079486-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079486-2025",
                "datePublished": "2025-12-03T16:42:20Z",
                "format": "text/html"
            },
            {
                "id": "001926-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001926-2026",
                "datePublished": "2026-01-09T14:39:10Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2035-11-05T23:59:59Z"
                },
                {
                    "startDate": "2035-11-05T23:59:59Z"
                }
            ]
        },
        "amendments": [
            {
                "id": "001926-2026",
                "description": "Extension to the tender return date"
            }
        ]
    },
    "language": "en"
}