Decision details

Procurement Strategy and Contract Award for S106 Highway Works at Fulham Reach - Chancellor's Road, Distillery Road and Winslow Road W6

Decision Maker: Executive Director of Place

Decision status: Recommendations Approved

Is Key decision?: Yes

Is subject to call in?: Yes

Purpose:

The Council has secured section 106 funding to deliver public realm and highway improvement works at Chancellor’s Road, Distillery Road, and Winslow Road (W6), within the Fulham Reach area. These works are part of a wider strategy to enhance local infrastructure and support sustainable travel in line with the Council’s climate and transport objectives. The proposed scheme will improve the overall streetscape and safety of Chancellors Road. This will involve the resurfacing of both the footways and carriageway, replacing the existing street lighting columns and implementing traffic-calming measures.

Decision:

1.     To note that Appendix 1 is not for publication on the basis that it contains information relating to the financial or business affairs of any particular person (including the authority holding that information) as set out in paragraph 3 of Schedule 12A of the Local Government Act 1972 (as amended).

 

2.     To approve the release of the remaining Section 106 allocated funding for carrying construction works for public realm improvement including the replacement of street lighting columns and the resurfacing of both footway and carriageways of Chancellors Road, Distillery Road and Winslow Road to the Council’s highway standard.

 

3.     To approve the implementation of planning obligations outlined in Schedule 10 of the S106 Agreement, which require improvements and alterations to the public highway, footways, and carriageways. These include traffic calming measures, enhancements to walking and cycling signage, and general accessibility improvements.

 

4.     To approve a contract award to the Preferred Supplier included at Appendix 1 (the “Preferred Supplier”), using the existing Highways term contract for the Contract Award Value included at Appendix 1 (the “Contract Award Value”), and to approve works orders to utility undertakers to carry out essential diversion works for the scheme, (once the cost is known).

 

5.     To approve cost and commencement of the proposed programme of works the funding is intended for.

 

Reasons for the decision:

1.     The Council is required to fulfil its obligations under the Section 106 agreement dated 23rd December 2011 by delivering the agreed highway and public realm improvements. These works are fully funded through the agreement and will be delivered at no direct cost to the Council.

 

2.     The scheme will deliver essential improvements to the local infrastructure, including resurfacing of footways and carriageways, replacement of street lighting, and traffic-calming measures. These enhancements will improve safety, accessibility, and the overall quality of the public realm for residents and visitors.

 

3.     The project supports the Council’s ambition to encourage sustainable travel and active lifestyles by creating safer, more attractive streets for walking and cycling. These objectives align with the Mayor of London’s Healthy Streets approach, which promotes healthier, safer, and more welcoming public spaces.

 

4.     The works contribute to the Council’s wider goals of improving air quality, reducing car dependency, and supporting climate resilience, in line with the borough’s climate and ecological emergency commitments. The improvements will enhance the appearance and functionality of the Fulham Reach area, supporting local pride and contributing to a cleaner, safer, and more vibrant neighbourhood.

 

 

Alternative options considered:

Option 1: Do nothing or decommission the service or requirement – Not recommended

 

1.     The works must be delivered to meet the Council’s obligations under the planning agreement for the Fulham Reach development. The project is fully funded through S106 contributions, so there is no cost to the Council. Not proceeding would breach legal commitments and result in reputational damage, while missing the opportunity to improve local infrastructure.

 

Option 2: Deliver the supplies, services, and/or works in-house (make/buy decision) – Not recommended

 

2.     The Council does not have in-house resources available to deliver the works. The works are a major undertaking as the scheme area is large, multiple parties are involved, and there is significant pressure to deliver to a specified timescale.

 

Option 3: Use an existing contract, established by the Council, to provide the supplies, services, and/or works – Recommended

 

3.     Options exist to use existing contracts which have been compliantly procured to deliver the required works. For this scheme, it is proposed to use the Council’s existing Highways Term Service Contract to enable award to the Preferred Supplier. This route ensures compliance, value for money, and timely delivery. Details of the Preferred Supplier are included in Appendix 1.

 

Option 4: Undertake a fully regulated competitive and compliant procurement process, advertised to the market – Not recommended

 

4.     While a fully regulated procurement process would typically attract wider competition and potentially deliver best value, it is not recommended due to the time required. A competitive procurement could take between 10 and 16 months to complete. A compliant alternative route already exists through the Council’s Highways Term Service Contract, enabling faster award and delivery while still ensuring value for money and alignment with the Council’s financial efficiency priorities.

 

Option 5: Procure using a compliant framework, Dynamic Purchasing System (DPS), or Dynamic Market – Not recommended

 

5.     Similar to the fully regulated procurement process, advertised to the market, competition via a framework, DPS or dynamic market would attract competition to achieve value for money for the Council. The disadvantage to this approach is the time it takes to procure. However, a mini competition for these requirements is estimated to take between 6 and 12 months. An alternative compliant route to award the works contract already exists, which will enable contract award in the shortest time, whilst also having already been compliantly procured, therefore representing value for money in line with the Council’s priority to be ruthlessly financially efficient.

 

 

Publication date: 02/02/2026

Date of decision: 02/02/2026

Effective from: 06/02/2026

Accompanying Documents: