Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Jun 2022
Reference | ocds-h6vhtk-03496b |
Common Procurement Vocabulary | Construction work for bridges and tunnels, shafts and subways |
Procurement Method | Open procedure |
Value | £9,400,000 |
London
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Jun 2022
Reference | ocds-h6vhtk-03496b |
Common Procurement Vocabulary | Construction work for bridges and tunnels, shafts and subways |
Procurement Method | Open procedure |
Value | £9,400,000 |
Section I: Contracting authority
I.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Georgia Lawrence
Georgia.Lawrence [at] cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.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
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Decommissioning of Cooling Water Tunnels - Barking Power Station Site
II.1.2) Main CPV code
- 45221000 - Construction work for bridges and tunnels, shafts and subways
II.1.3) Type of contract
Works
II.1.4) Short description
The City invites contractors to submit a formal tender submission for the provision of Decommissioning of Cooling Water Tunnels at Barking Power Station Site.
The Barking Power Station is a 16.9ha site located in Dagenham, East London, which is being decommissioned to redevelop the site. The City of London is considering the site as an alternative location for two or more of the three City of London markets.
The project entails decommissioning of the two cooling water tunnels: the intake and outfall with associated headworks.
The proposed works consider that the tunnels under the land are to be backfilled. The objective of the backfilling is to meet the requirement of existing deeds for the tunnels. Filling the tunnels ensures that in the event of tunnel collapse due to lining degradation, there will not be significant settlement in the ground above the tunnel. The pump station is to be partially demolished and backfilled to allow the redevelopment of the site. The outfall structure in the River Thames is to be demolished to remove a navigation hazard.
II.1.5) Estimated total value
Value excluding VAT: £9,400,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45221240 - Construction work for tunnels
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Barking Power Station Site
II.2.4) Description of the procurement
The proposed works consider that the tunnels under the land are to be backfilled. The objective of the backfilling is to meet the requirement of existing deeds for the tunnels. Filling the tunnels ensures that in the event of tunnel collapse due to lining degradation, there will not be significant settlement in the ground above the tunnel. The pump station is to be partially demolished and backfilled to allow the redevelopment of the site. The outfall structure in the River Thames is to be demolished to remove a navigation hazard.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £9,400,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
441
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The on-site duration of the contract will complete between the start of 2023 and the start of 2024.
The total contract value is estimated to be £9,400,000 for the full
duration.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated within the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated within the procurement documents.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
1 September 2022
Local time
5:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
2 September 2022
Local time
10:00am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
Londonc
SW1A 2AS
Country
United Kingdom