Section one: Contracting authority
one.1) Name and addresses
Potter Raper Ltd
Duncan House, Burnhill Road
Beckenham, Kent
BR3 3LA
Contact
Simon Foulkes
simon.foulkes@potterraper.co.uk
Telephone
+44 2086583538
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA1142
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Other type
Private Development Company
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
11338 BR - Foreshore 0&1
two.1.2) Main CPV code
- 45246000 - River regulation and flood control works
two.1.3) Type of contract
Works
two.1.4) Short description
Main Contractor for the design and construction of flood defence, civils, landscaping, and drainage works at Foreshore areas 0 & 1 at Barking Riverside.
The scheme primarily comprises the raising and formation of the flood defence to the development to suit TE2100 levels, landscaping between the flood defence and proposed development plots, installation of services within the landscape area, including drainage attenuation tanks and ponds and repurposing existing outfalls to the Thames, and creation of intertidal habitats.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
- 45112711 - Landscaping work for parks
- 45112723 - Landscaping work for playgrounds
- 45112730 - Landscaping work for roads and motorways
- 45246400 - Flood-prevention works
- 45243000 - Coastal-defence works
- 45200000 - Works for complete or part construction and civil engineering work
- 45232450 - Drainage construction works
- 45244000 - Marine construction works
- 45233161 - Footpath construction work
- 45242000 - Waterside leisure facilities construction work
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
Barking Riverside, London, IG11
two.2.4) Description of the procurement
Barking Riverside is one of Europe’s largest developments, located on the site of the former Barking Power Station on the Thames in East London. With a development pipeline that will be delivering homes for the next 15 years, the 443acre neighbourhood will ultimately comprise up to 20,000 homes and will create a community of over 40,000 people. Master developer Barking Riverside Limited, a joint venture between housing association L&Q and the Mayor of London, oversees design, planning, placemaking and infrastructure projects, and is currently delivering seven new schools, 21 hectares of open space and sports pitches, a network of footpaths and cycleways, and major new commercial and leisure facilities – plus significant new transport links.
Barking Riverside Limited has received significant funding from Homes England to drive next phase of infrastructure projects for the Barking Riverside development.
Barking Riverside Limited invites expressions of interest from suitably qualified entities for the provision of services as the Main Contractor for the design and construction of flood defence, civils, landscaping, and drainage works at Foreshore areas 0 & 1 at Barking Riverside
The scheme primarily comprises the raising and formation of the flood defence to the development to suit TE2100 levels, landscaping between the flood defence and proposed development plots, installation of services within the landscape area, including drainage attenuation tanks and ponds and repurposing existing outfalls to the Thames, and creation of intertidal habitats.
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
Start date
31 March 2025
End date
31 July 2026
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: 5
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 works are funded by Homes England grant. The payment terms under the NEC4 (Option A) form of contract under which the works are envisaged to be contracted will be 60 days from the due date of each interim payment application
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
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
Originally published as:
Date
28 October 2024
Local time
5:00pm
Changed to:
Date
8 November 2024
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 November 2024
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232809.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:232809)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit