Section one: Contracting entity
one.1) Name and addresses
ABELLIO EAST MIDLANDS LIMITED
2nd Floor St Andrew's House,18-20 St Andrew Street
LONDON
EC4A3AG
Contact
Sarah Garner
sarah.garner@eastmidlandsrailway.co.uk
Telephone
+44 7990422842
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.eastmidlandsrailway.co.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://redirect.transaxions.com/events/gUf0C
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://redirect.transaxions.com/events/gUf0C
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lincolnshire Railway Stations Redevelopment Scheme
two.1.2) Main CPV code
- 45213320 - Construction work for buildings relating to railway transport
two.1.3) Type of contract
Works
two.1.4) Short description
This notice has been produced to establish an invitation to tender (ITT) for Provision of Design and Build services for the remodelling of Boston and Skegness Railway Stations
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Redevelopment of Skegness Station
Lot No
1
two.2.2) Additional CPV code(s)
- 45213320 - Construction work for buildings relating to railway transport
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
Main site or place of performance
Skegness Railway Station
two.2.4) Description of the procurement
The development consists of the full upgrade and refurbishment of Skegness Railway Station. The refurbishment will bring the derelict Red Star Building back into use and offer prime retail space for commercial offerings. Internal works will include the fit out of a community café, relocation of ticket office and waiting facilities, new toilet , parent & Baby and Changing places provision and creation of new office and community space.
Externally the works generally comprise of refurbishment of the existing station buildings envelopes, improved configuration of Taxi / drop off area, new pedestrianised route into station, improved access to adjacent bus station, installation of a new waste and storage compound, external seating area for community café, reconfiguration of concourse and updated cycle shelter provisions
The development will include full Mechanical and Electrical enhancements, with upgraded heating, ventilation, IT and security systems that deliver a more sustainable and modern provision.
The proposed works will completely reconfigure the layout of Skegness Station to improve passenger flow whilst offering enhanced facilities and new retail provisions that will encourage visitors to the area. Improved access routes into the station for both pedestrians and vehicles will further establish the Station as the gateway to Skegness town , improving links and integration with the surrounding community .
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
1 November 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.14) Additional information
To register your interest in this notice you should submit an expression of interest via the Procurement portal shown within this notice and request a copy of the PQQ which is to be submitted by the date shown in IV.2.2.
Scoring Matrix
The PQQ scoring will be as follows:-
SCORE GIVEN - QUALITATIVE GUIDANCE - SHORT GUIDANCE
0 - Question not answered or answer is irrelevant. - Not answered/irrelevant.
1- Weak : Insufficient information to enable evaluation or contains major shortcomings or errors to make it non-complaint. - Worst in class/errors in submission.
2 - Below Satisfactory : partially complaint answer but with obvious deficiencies. Brief or incomplete answers with little or no supporting detail or wholly generic answer. - Below industry standard.
3 - Satisfactory : Answer meets the minimum requirements but lack convincing supporting detail to give confidence that they will meet requirements. Some attempt to provide relevant
answers not generic. - In line with industry standard.
4 - Good : Thorough response with relevant supporting detail and evidence to give confidence that the requirements will be met. Tailored answers. - Above industry standard.
5 - Excellent : Comprehensive and well-structured response with excellent supporting evidence. Wholly bespoke for the protect and demonstrates exceptional understanding of the requirements. - Market leading.
SCORING PROCESS
Where Yes is the required answer:
YES = PASS NO = FAIL
EMR will assess additional information provided by the interested parties who select NO, but have additional information to justify their selection.
two.2) Description
two.2.1) Title
Redevelopment of Boston Station
Lot No
2
two.2.2) Additional CPV code(s)
- 45213320 - Construction work for buildings relating to railway transport
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Boston Railway Station
two.2.4) Description of the procurement
The refurbishment consists of the full upgrade and refurbishment of Boston Railway Station.
Internal improvements include the fit out of a new community café, refurbishment of existing Ticket office and waiting areas, adaptation of existing toilet provision and creation of new office and community space.
Externally the works generally comprise of refurbishment of the existing station building envelope, improvements and painting to overbridge, restoration and painting of station canopies, platform resurfacing works, new platform furniture, installation of a new waste and storage compound, updated cycle shelter provision, reconfiguration of car park area with a pedestrian walking route and improved wayfinding and accessibility throughout.
The development will include full Mechanical and Electrical enhancements, with upgraded heating, ventilation, IT and security systems that deliver a more sustainable and modern provision.
The development will be a transformative enhancement that promotes Boston Station as the gateway to the town by encouraging integration with the surrounding community and offering an improved customer experience to all station visitors.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
1 November 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.14) Additional information
To register your interest in this notice you should submit an expression of interest via the Procurement portal shown within this notice and request a copy of the PQQ which is to be submitted by the date shown in IV.2.2.
Scoring Matrix
The PQQ scoring will be as follows:-
SCORE GIVEN - QUALITATIVE GUIDANCE - SHORT GUIDANCE
0 - Question not answered or answer is irrelevant. - Not answered/irrelevant.
1- Weak : Insufficient information to enable evaluation or contains major shortcomings or errors to make it non-complaint. - Worst in class/errors in submission.
2 - Below Satisfactory : partially complaint answer but with obvious deficiencies. Brief or incomplete answers with little or no supporting detail or wholly generic answer. - Below industry standard.
3 - Satisfactory : Answer meets the minimum requirements but lack convincing supporting detail to give confidence that they will meet requirements. Some attempt to provide relevant
answers not generic. - In line with industry standard.
4 - Good : Thorough response with relevant supporting detail and evidence to give confidence that the requirements will be met. Tailored answers. - Above industry standard.
5 - Excellent : Comprehensive and well-structured response with excellent supporting evidence. Wholly bespoke for the protect and demonstrates exceptional understanding of the requirements. - Market leading.
SCORING PROCESS
Where Yes is the required answer:
YES = PASS NO = FAIL
EMR will assess additional information provided by the interested parties who select NO, but have additional information to justify their selection.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
To register your interest in this notice you should submit an expression of interest via the Procurement portal shown within this notice and request a copy of the PQQ which is to be submitted by the date shown in IV.2.2.
The Utilities Contracts Regulations 2016 ("Regulations") do not in accordance with their terms apply to this procurement. Neither the issue of this Invitation to Negotiate (as amended by East Midlands Railway and notified to Bidders from time to time) (the ITN) nor the selection of any Bidder, nor any other document, contact or conduct in connection with this ITN constitutes any acceptance by East Midlands Railway that the Regulations apply to the Project covered by this ITN or an agreement by East Midlands Railway to abide by those Regulations. The procurement process as described in this document (the ITN Process) and any subsequent contract awarded will be subject to English law and the exclusive jurisdiction of the English courts. By participating in the ITN Process a Bidder agrees to be bound by the above conditions and limitations. This Important Notice must be read in conjunction with all instructions to Bidders contained within this document. Bidder means each legal entity issued with an ITN and invited to participate in this ITN Process.
six.4) Procedures for review
six.4.1) Review body
Abellio East Midlands Railway
Derby
Country
United Kingdom