Section one: Contracting entity
one.1) Name and addresses
NORTHERN TRAINS LIMITED
Albany House Albany House,94-98 Petty France
LONDON
SW1H9AE
Contact
David Wilkes
david.wilkes@northernrailway.co.uk
Telephone
+44 1904568633
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.northernrailway.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.northernrailway.co.uk/procurement/operations/leagreen
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the following address:
david.wilkes@northernrailway.co.uk
York
david.wilkes@northernrailway.co.uk
Country
United Kingdom
NUTS code
UKE2 - North Yorkshire
Internet address(es)
Main address
https://www.northernrailway.co.uk/procurement/operations/leagreen
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lea Green Station Improvements
Reference number
NTL-LG-1015
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Lea Green Station Improvements scheme is a project to deliver the transformation of Lea Green Station and consists of:
a) 243 additional car parking spaces over 2 levels - bringing the total number of spaces available at the station to 439, including passive provision for electric vehicle charging
b) A new station building, relocated and integrated into the car parks structure, which will accommodate a new booking office, passenger waiting facility - with ticket vending machines, seating and device charge points - and accessible passenger toilets.
c) Taxi/passenger pick up and drop off point
d) Expanded secure cycle storage facility with the capacity to take 50 cycles. This will include passive provision for access to utilities to support a commercial opportunity for electric cycle parking should one come forward in the future.
e) New station forecourt and public realm - linked to the cycle and walking network improvements made by StHBC and bus stops on Marshalls Cross Road providing an interchange between all sustainable modes of transport. Again, passive provision will be provided for access to utilities (water, power, waste) so that a commercial opportunity can be sought to provide additional facilities in future. This project will not provide these units but instead Northern will develop them as and when a commercial opportunity present itself.
f) New signage directing passengers to rail services, cycle and walking routes and bus services
g) Installation of associated lighting and CCTV accordance with the current Group Standards and those advocated by TRANSEC.
h) Adequate drainage and surface water management facilities.
i) Inclusion of low maintenance soft landscaping
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45213312 - Car park building construction work
- 45213320 - Construction work for buildings relating to railway transport
- 45213321 - Railway station construction work
- 45213322 - Rail terminal building construction work
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Northern Trains Limited requires the appointment of a contractor to build 243 additional car parking spaces over 2 levels including passive provision for electric vehicle charging and new station forecourt and public realm. The contract duration is for 11 months between February 2022 to January 2023, subject to change. The construction build is approximately £7.5 million exclusive of VAT.
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: £7,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
11
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the pre-qualification documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
Information and formalities necessary for evaluating if the requirements are set are set out in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As set out in the procurement documents.
three.1.6) Deposits and guarantees required
Warranties, bonds and / or parent company guarantees or similar may be required. Collateral warranties for design / or construction may be required, as set out in the procurement documents.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Works will be funded through public funds and grants as set out in the procurement documents.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
In the event of a group bid each company or firm in the bid will be jointly and severally responsible for the due performance of the contract. Detailed requirements are set out in the procurement documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the procurement documents.
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
Date
12 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 July 2021
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Pre-qualification documents are only available at https://www.northernrailway.co.uk/procurement/operations/leagreen
six.4) Procedures for review
six.4.1) Review body
Body responsible for appeal procedures Refer to VI.4.3)
York
david.wilkes@northernrailway.co.uk
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Northern Trains Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10-calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).