Tender

Crystal Palace Subway Restoration

  • London Borough of Bromley

F02: Contract notice

Notice identifier: 2021/S 000-019264

Procurement identifier (OCID): ocds-h6vhtk-02d2af

Published 10 August 2021, 8:37am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Bromley

Bromley Civic Centre, Stockwell Close

Bromley

BR1 3UH

Contact

Procurement

Email

procurement@bromley.gov.uk

Country

United Kingdom

NUTS code

UKI61 - Bromley

Internet address(es)

Main address

http://www.bromley.gov.uk/

Buyer's address

http://www.bromley.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=7079b2af-32f9-eb11-810d-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=7079b2af-32f9-eb11-810d-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Crystal Palace Subway Restoration

Reference number

DN562289

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Works for the restoration of the Grade II Crystal Palace Subway

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI61 - Bromley

two.2.4) Description of the procurement

Works for the restoration of the Grade II Crystal Palace Subway, including specialist brickwork.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Start date

3 January 2022

End date

31 October 2022

This contract is subject to renewal

No

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Technical assessment of Candidates as set out in the Invitation to Candidates

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.3) 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.2.2) Time limit for receipt of tenders or requests to participate

Date

9 September 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 September 2021

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Royal Courts of Justice

The Strand, Holborn

London

WC2A 2LL

Country

United Kingdom