Tender

Lincolnshire Railway Stations Redevelopment Scheme

  • ABELLIO EAST MIDLANDS LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-001094

Procurement identifier (OCID): ocds-h6vhtk-030ade

Published 13 January 2022, 9:12pm



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

Email

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