Tender

Lea Green Station Improvements

  • NORTHERN TRAINS LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-013142

Procurement identifier (OCID): ocds-h6vhtk-02bac9

Published 11 June 2021, 9:17am



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

Email

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

Email

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

Email

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).