Tender

Kingston Cromwell Road Bus Station Replacement

  • Transport for London

F02: Contract notice

Notice identifier: 2021/S 000-000610

Procurement identifier (OCID): ocds-h6vhtk-0289b6

Published 12 January 2021, 5:46pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

Endeavour Square

London

Contact

Mr Edward Riddell

Email

EdwardRiddell@tfl.gov.uk

Telephone

+44 2030545140

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=9afb7ad7-8335-eb11-8105-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=9afb7ad7-8335-eb11-8105-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Kingston Cromwell Road Bus Station Replacement

Reference number

tfl_scp_001930

two.1.2) Main CPV code

  • 45213311 - Bus station construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This contract is for the redevelopment of Kingston Cromwell Road Bus Station, which includes demolishing the original structure, replacing the existing building and canopy, installation of mechanical and electrical systems, resurfacing, drainage and lighting.

The design is at RIBA Stage 4 for Architectural and Structural elements and RIBA Stage 3 for Civils and Highways. Mechanical, Electrical & Public Health elements will be contractor design.

Transport for London (TfL) requires a contractor to complete the design and construct the new bus station as per the planning consent. The anticipated duration of the contract is 18 months. Procurement documentation can be accessed from the following electronic address: https://procontract.due-north.com/Register. TfL reserves the right to cancel or terminate this procurement at TfL's discretion and without liability to any applicant.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111000 - Demolition, site preparation and clearance work
  • 45210000 - Building construction work
  • 45213310 - Construction work for buildings relating to road transport
  • 45213314 - Bus garage construction work
  • 45213315 - Bus-stop shelter construction work
  • 45220000 - Engineering works and construction works
  • 45233100 - Construction work for highways, roads
  • 45233262 - Pedestrian zone construction work

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

A contractor is sought to deliver the Mechanical, Electrical & Public Health detailed design, demolition, and construction works as described below:

• Demolition of existing buildings and canopy

• Construction of new buildings (including operational office with customer information window, driver facilities, retail units and customer toilets);

• Installation of a new low-level canopy over the customer waiting and walking area;

• Widening the bus passenger island to allow improved passenger and pedestrian movement through the station;

• Resurfacing of the bus station carriageway and footways;

Utility upgrades

• Upgrade the drainage system; and

• Install new lighting and PA system and real time information boards.

Temporary welfare facilities will be provided for bus drivers throughout the demolition and rebuilding phases of the works as the bus standing spaces will be relocated away from the bus station to locations where welfare facilities do not exist. These facilities will be provided and maintained by the contractor.

Where required, the works may include ancillary works and services including but not limited to minor additional design tasks, surveys and early contractor involvement activities.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

18

This contract is subject to renewal

No

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

Envisaged minimum number: 4

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the Selection Questionnaire

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The procurement process is being conducted on behalf of Transport for London (TfL). TfL operates as afunctional body of the Greater London Authority under the direction of the Mayor of London. Economic operators should note that this procurement is being undertaken under the Restricted Procedure as set out in Regulation 28 of the Public Contracts Regulations 2015. TfL reserves the right to withdraw from the procurement process and may not award a contract at all following this call for competition. TfL shall not be liable for any costs or expenses incurred by

any candidates in considering and/or responding to the procurement process. TfL may interview none, any or all companies who express an interest in tendering for this work. All discussions and meetings will be conducted in English.

If and when this requirement is offered to tender, it may be done in whole or in part via electronic means using the Internet. Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling, unless otherwise advised.

Further details on contract requirements will be available in the Invitation to Tender (ITT).

TfL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.

To express an interest in this tender, economic operators need to be registered on the TfL e-tendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com/Register. It is important that economic operators read the instructions carefully on the home page before proceeding with registration.

To be considered for this opportunity, economic operators must first complete the selection questionnaire (eligibility criteria) condition of participation.

If you require any further assistance please consult the online help, contact the e-tendering help desk, or send a message to the contracting authority via the clarifications area on the e-tendering portal. The information contained in this notice, including the list of CPV codes, is neither exhaustive or binding and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of TfL. Any resulting contracts will be considered contracts made in England according to English law.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

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 selected contractor will be required to have all appropriate permissions and licences etc to undertake the works and/or services in the UK and under UK legislation (and/ or under all equivalent legislation in the place of their establishment) and will be required to evidence these according to the requirements set out in the tender documents and contract documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 239-592187

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

Date

12 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures (maximum 4000 characters):

TfL will observe a standstill period for a minimum of 10 calendar days from when the contract award notice is issued to bidders. That notice will provide full information on the award decision. The standstill period provides time for unsuccessful bidders to challenge the award decision before the framework agreements are entered into. Any appeal or request for additional information should be sent to TfL (name and address as in Section I.1 of the Contract Notice). The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).