Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Depot Improvement Project

  • First published: 18 March 2024
  • Last modified: 18 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0449a2
Published by:
London Borough of Bromley
Authority ID:
AA23241
Publication date:
18 March 2024
Deadline date:
26 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The London Borough of Bromley (“the Council”) is inviting tenders from potential providers with the relevant experience and technical ability to deliver infrastructure works within its two waste management depots located in central Bromley (Waldo Road depot) and Beckenham (Churchfields).

The Council is seeking to undertake infrastructure works within its two waste management depots located in central Bromley (Waldo Road depot) and Beckenham (Churchfields). The works are largely civils led and a single main contractor is sought to manage, co-ordinate and deliver all of the works.

The key aspects of works to be undertaken are:

• Replacement of 8500m² concrete slabs within covered and uncovered waste transfer station areas, including external yard areas;

• Repair and refurbishments to drainage systems, including management of fire water run off;

• Installation of fire detection and suppression systems to waste transfer stations (including tanks, pumps and sprinklers along with interlocking concrete block walls for segregation of waste piles);

• Comprehensive refurbishment of dilapidated waste transfer station shed structures (one covered (2600m²), one uncovered (1500m²) – neither are enclosed) including push walls, cladding, roof, steel repairs/replacements/additions and corrosion protection);

• Replacement and relocation of weighbridge facilities.

• Installation of temporary infrastructure to support the necessary changes to service delivery by the waste services contractor. This will largely involve provision and relocation of concrete block walls to create temporary tipping bays in alternative locations within the sites. The temporary block walls will be relocated into their final positions within the site to ensure maximum efficiency and avoid wasted resource.

The proposed works will need to be undertaken in a phased manner both between and within the individual sites. Churchfields, will need to be undertaken before commencement on the Waldo Road site, and will be predominantly closed throughout. Waldo Road site will need to take place across 2 key phases so that the site can remain operational throughout the works to ensure that waste collection and management services can continue. The management of waste within these sites is currently contracted to Veolia, who hold the relevant environmental permits, and very close liaison with them will be required throughout, along with other stakeholders.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Bromley

Bromley Civic Centre, Churchill Court

Bromley

BR1 1DP

UK

Contact person: Procurement

Telephone: +44 2083134433

E-mail: Procurement@bromley.gov.uk

NUTS: UKI61

Internet address(es)

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

Address of the buyer profile: http://www.bromley.gov.uk/

I.3) Communication

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

www.londontenders.org


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.londontenders.org


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

Depot Improvement Project

Reference number: DN715669

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The London Borough of Bromley (“the Council”) is inviting tenders from potential providers with the relevant experience and technical ability to deliver infrastructure works within its two waste management depots located in central Bromley (Waldo Road depot) and Beckenham (Churchfields).

The Council is seeking to undertake infrastructure works within its two waste management depots located in central Bromley (Waldo Road depot) and Beckenham (Churchfields). The works are largely civils led and a single main contractor is sought to manage, co-ordinate and deliver all of the works.

The key aspects of works to be undertaken are:

• Replacement of 8500m² concrete slabs within covered and uncovered waste transfer station areas, including external yard areas;

• Repair and refurbishments to drainage systems, including management of fire water run off;

• Installation of fire detection and suppression systems to waste transfer stations (including tanks, pumps and sprinklers along with interlocking concrete block walls for segregation of waste piles);

• Comprehensive refurbishment of dilapidated waste transfer station shed structures (one covered (2600m²), one uncovered (1500m²) – neither are enclosed) including push walls, cladding, roof, steel repairs/replacements/additions and corrosion protection);

• Replacement and relocation of weighbridge facilities.

• Installation of temporary infrastructure to support the necessary changes to service delivery by the waste services contractor. This will largely involve provision and relocation of concrete block walls to create temporary tipping bays in alternative locations within the sites. The temporary block walls will be relocated into their final positions within the site to ensure maximum efficiency and avoid wasted resource.

The proposed works will need to be undertaken in a phased manner both between and within the individual sites. Churchfields, will need to be undertaken before commencement on the Waldo Road site, and will be predominantly closed throughout. Waldo Road site will need to take place across 2 key phases so that the site can remain operational throughout the works to ensure that waste collection and management services can continue. The management of waste within these sites is currently contracted to Veolia, who hold the relevant environmental permits, and very close liaison with them will be required throughout, along with other stakeholders.

II.1.5) Estimated total value

Value excluding VAT: 8 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI61

II.2.4) Description of the procurement

The London Borough of Bromley (“the Council”) is inviting tenders from potential providers with the relevant experience and technical ability to deliver infrastructure works within its two waste management depots located in central Bromley (Waldo Road depot) and Beckenham (Churchfields).

The Council is seeking to undertake infrastructure works within its two waste management depots located in central Bromley (Waldo Road depot) and Beckenham (Churchfields). The works are largely civils led and a single main contractor is sought to manage, co-ordinate and deliver all of the works.

The key aspects of works to be undertaken are:

• Replacement of 8500m² concrete slabs within covered and uncovered waste transfer station areas, including external yard areas;

• Repair and refurbishments to drainage systems, including management of fire water run off;

• Installation of fire detection and suppression systems to waste transfer stations (including tanks, pumps and sprinklers along with interlocking concrete block walls for segregation of waste piles);

• Comprehensive refurbishment of dilapidated waste transfer station shed structures (one covered (2600m²), one uncovered (1500m²) – neither are enclosed) including push walls, cladding, roof, steel repairs/replacements/additions and corrosion protection);

• Replacement and relocation of weighbridge facilities.

• Installation of temporary infrastructure to support the necessary changes to service delivery by the waste services contractor. This will largely involve provision and relocation of concrete block walls to create temporary tipping bays in alternative locations within the sites. The temporary block walls will be relocated into their final positions within the site to ensure maximum efficiency and avoid wasted resource.

The proposed works will need to be undertaken in a phased manner both between and within the individual sites. Churchfields, will need to be undertaken before commencement on the Waldo Road site, and will be predominantly closed throughout. Waldo Road site will need to take place across 2 key phases so that the site can remain operational throughout the works to ensure that waste collection and management services can continue. The management of waste within these sites is currently contracted to Veolia, who hold the relevant environmental permits, and very close liaison with them will be required throughout, along with other stakeholders.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 8 800 000.00  GBP

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

End: 31/03/2026

This contract is subject to renewal: No

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

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 26/04/2024

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 26/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

UK

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

Royal Courts of Justice

The Strand

London

UK

VI.5) Date of dispatch of this notice

17/03/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@bromley.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.