Notice Information
Notice Title
Kingston Cromwell Road Bus Station Replacement
Notice 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.
Lot Information
Lot 1
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. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0289b6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000610-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45111000 - Demolition, site preparation and clearance work
45210000 - Building construction work
45213310 - Construction work for buildings relating to road transport
45213311 - Bus station construction work
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
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Jan 20215 years ago
- Submission Deadline
- 12 Feb 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Mr Edward Riddell
- Contact Email
- edwardriddell@tfl.gov.uk
- Contact Phone
- +44 2030545140
Buyer Location
- Locality
- LONDON
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- TLI London
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0289b6-2021-01-12T17:46:56Z",
"date": "2021-01-12T17:46:56Z",
"ocid": "ocds-h6vhtk-0289b6",
"initiationType": "tender",
"tender": {
"id": "tfl_scp_001930",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Kingston Cromwell Road Bus Station Replacement",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45213311",
"description": "Bus station construction work"
},
"mainProcurementCategory": "works",
"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.",
"lots": [
{
"id": "1",
"description": "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. 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.",
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "As set out in the Selection Questionnaire"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45213314",
"description": "Bus garage construction work"
},
{
"scheme": "CPV",
"id": "45213315",
"description": "Bus-stop shelter construction work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233262",
"description": "Pedestrian zone construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=9afb7ad7-8335-eb11-8105-005056b64545",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-02-12T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "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)."
},
"parties": [
{
"id": "GB-FTS-1359",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London"
},
"address": {
"streetAddress": "Endeavour Square",
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Edward Riddell",
"telephone": "+44 2030545140",
"email": "EdwardRiddell@tfl.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=9afb7ad7-8335-eb11-8105-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "https://tfl.gov.uk",
"buyerProfile": "https://tfl.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1359",
"name": "Transport for London"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:592187-2020:TEXT:EN:HTML"
}
],
"language": "en"
}