Opportunity

Liverpool Central Project Development

  • Liverpool City Region Combined Authority

F02: Contract notice

Notice reference: 2024/S 000-008294

Published 15 March 2024, 8:01am



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Region Combined Authority

1 Mann Island

Liverpool

L3 1BP

Contact

Procurement Team

Email

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