Section one: Contracting authority
one.1) Name and addresses
London North Eastern Railway Ltd.
West Offices, Station Rise
York
YO1 6GA
Country
United Kingdom
Region code
UKE21 - York
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
one.4) Type of the contracting authority
Other type
DOHL Train Operating Company
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
York Station Frontage Package 3 Works
Reference number
REQ1000244
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
York station is located on the East Coast mainline ELR ECM4/5 at Mileage 188m 40c/0m 00c respectively. It is a category A Station in accordance with DFT listing it as a national hub to the East Coast Mainline rail network.
LNER Estates are partnering with City of York Council for the delivery of the York Station Gateway to undertake the design development and construction of Package 3 for the proposed York Station Frontage works.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE21 - York
two.2.4) Description of the procurement
The appointment of the Contractor will follow a single action tender process. This requires tenderers to submit proposals in accordance with the information detailed within the ITT documents.
The contracting philosophy for the project is the implementation of an NEC4 Engineering and Construction Contract Option A: Priced Contract with Activity Schedule.
The Contractor will have single point responsibility for the design, procurement and construction of the Works. The detailed designs will be developed by the Contractor appointing their own team of suitably experienced and capable consultants and may be assisted by specialist sub-contractors and suppliers as deemed appropriate by the Contractor.
The proposed works are to be undertaken at York Railway Station. The Client’s requirements have been set out in the ITT Scope and Specification and associated design pack.
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
End date
30 July 2027
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 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-004253
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 October 2024
Local time
12:00pm
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
High Court of England and Wales
EC4A 1NL
London
Country
United Kingdom