Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire County Council on behalf of the Greater Cambridge Partnership
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Contact
Mr Jon Collyns
Jon.Collyns@cambridgeshire.gov.uk
Telephone
+44 7775703930
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.cambridgeshire.gov.uk/
Buyer's address
https://www.cambridgeshire.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/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2
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/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Design & Build - Waterbeach Railway Station
Reference number
DN705594
two.1.2) Main CPV code
- 45213321 - Railway station construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This scheme delivers the relocation of Waterbeach Railway Station.
Procurement activity includes for the detailed design and construction of the scheme via appointment of a main contractor under NEC Option A/C. The scheme itself constitutes access, plaza, a new car park, platforms, foot bridge and all other required infrastructure for the new station.
two.1.5) Estimated total value
Value excluding VAT: £35,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
two.2.4) Description of the procurement
This scheme involves the relocation of Waterbeach Railway Station.
Procurement activity includes the detailed design and construction of the scheme via appointment of a main Contractor under NEC Option A.
The scheme comprises a new railway station consisting of 2 No. platforms, accessible footbridge, and secondary means of escape (SME), a 200-space car park, taxi and bus drop-off, cycle storage, public realm, and a new access road from Cody Road. The new highway and car park will be operated and maintained by Cambridgeshire County Council.
The scheme also includes the decommissioning and demolition of the existing Waterbeach Railway Station.
It is proposed to transfer ownership, operation, and maintenance of the new station to Network Rail.
The current Station Facilities Operator (SFO) is Govia Thameslink Railway operating as Great Northern.
The Contractor will carry out the rail works as ‘Third Party Works,’ as defined in Standard NR/L2/CIV/095 and non-rail works as Outside Party works as defined in NR/L2/CIV/095.
The ES4 preliminary design has been completed by WSP as the Lead Designer and it is anticipated this will achieve the ‘Approved in Principle’ (AIP) milestone prior to the Invitation to Tender (ITT).
Sable Leigh Consultancy (SLC) are appointed as ‘Project Manager’ and Client Representative on behalf of the Greater Cambridge Partnership (GCP).
Volker Fitzpatrick has been undertaking Early Contractor Involvement (ECI) activities. The key outputs of the ECI work will be shared transparently as part of the tender pack.
Network Certification Body (NCB) has also been appointed in ES4 as the independent assessment body for CSM and interoperability.
The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.
Potential Providers will need to register an account via the "Procontract Portal" at https://procontract.due-north.com/Register before being able to view the full tender details.
In order to access the tender documentation, click "Find Opportunities", then on the drop-down menu, filter by "Cambridgeshire Public Services" by clicking on "Update" to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.
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
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 May 2024
Local time
12:00pm
Changed to:
Date
23 August 2024
Local time
12:00pm
See the change notice.
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.4) Procedures for review
six.4.1) Review body
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Clare.Ellis@cambridgeshire.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will incorporate a minimum 10 calendar days standstill period at the point
information on the award of the contract is communicated to tenderers. The duration of this
standstill will be disclosed at this point.
This period allows unsuccessful tenderers to seek further debriefing from the Contracting
Authority before the contract is entered into. Such additional information should be required
from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not
been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for
aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to
take action in the High Court (England, Wales and Northern Ireland). Any such action must
be brought promptly. Where a contract has not been entered into the Court may order the
setting aside of the
award decision or order the authority to amend any document and may award damages. If
the contract has been entered into the Court may order the ineffectiveness of a contract
where serious breach have occurred in addition to any fine, the Court may instead provide for
alternative penalties, either contract shortening, fines or both.
Please ensure that you read the tender documents carefully in order to be aware of the
requirements and relevant deadlines.
The Council reserves the right to award all, part or none of the business forming the subject
matter of this procurement and to abandon, halt, pause, or postpone this procurement at
any time. Under no circumstances will the Council incur any liability (including, but not
limited to, liability as to costs) in respect of this procurement exercise, the abandonment of
the same, or any documentation issued as part of this procurement exercise.