Section one: Contracting authority
one.1) Name and addresses
Liverpool City Region Combined Authority
1 Mann Island
Liverpool
L3 1BP
Contact
Procurement Team
tender@liverpoolcityregion-ca.gov.uk
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
http://www.liverpoolcityregion-ca.gov.uk/
Buyer's address
http://www.liverpoolcityregion-ca.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=d1c10a9b-f5e1-ee11-8127-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=d1c10a9b-f5e1-ee11-8127-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Liverpool Central Project Development
Reference number
DN715384
two.1.2) Main CPV code
- 71311000 - Civil engineering consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
LCRCA is seeking a Strategic Partner to work together with, to commence the development and delivery of this exciting project, including developing a rail solution for current capacity issues at Liverpool Central Station, developing a regeneration strategy for the Central Gateway area, and identifying the most appropriate delivery and funding models (and associated delivery and governance structures), including support for securing strategic funding.
We are seeking 2 sectoral areas of delivery:
Lot 1: Transport
Lot 2: Regeneration
To best position the project and initially the redevelopment of Liverpool Central for future funding opportunities, LCRCA will be adopting a phased approach to the commission. Phase 1 outputs for each Lot will be required by December 2024 (including key milestones by September 2024) and Phase 2 outputs for each Lot is indicatively required by December 2025.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 and Lot 2
two.2) Description
two.2.1) Title
Lot 1: Transport
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
LCRCA is seeking a Strategic Partner to work together with, to commence the development and delivery of this exciting project, including developing a rail solution for current capacity issues at Liverpool Central Station, developing a regeneration strategy for the Central Gateway area, and identifying the most appropriate delivery and funding models (and associated delivery and governance structures), including support for securing strategic funding.
We are seeking 2 sectoral areas of delivery:
Lot 1: Transport
Lot 2: Regeneration
To best position the project and initially the redevelopment of Liverpool Central for future funding opportunities, LCRCA will be adopting a phased approach to the commission. Phase 1 outputs for each Lot will be required by December 2024 (including key milestones by September 2024) and Phase 2 outputs for each Lot is indicatively required by December 2025.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Regeneration
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
LCRCA is seeking a Strategic Partner to work together with, to commence the development and delivery of this exciting project, including developing a rail solution for current capacity issues at Liverpool Central Station, developing a regeneration strategy for the Central Gateway area, and identifying the most appropriate delivery and funding models (and associated delivery and governance structures), including support for securing strategic funding.
We are seeking 2 sectoral areas of delivery:
Lot 1: Transport
Lot 2: Regeneration
To best position the project and initially the redevelopment of Liverpool Central for future funding opportunities, LCRCA will be adopting a phased approach to the commission. Phase 1 outputs for each Lot will be required by December 2024 (including key milestones by September 2024) and Phase 2 outputs for each Lot is indicatively required by December 2025.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
See procurement documents for details.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
18 April 2024
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 April 2024
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
Country
United Kingdom