Tender

York Station Frontage Package 3 Works

  • London North Eastern Railway Ltd.

F02: Contract notice

Notice identifier: 2024/S 000-028731

Procurement identifier (OCID): ocds-h6vhtk-03a4e4

Published 9 September 2024, 10:40am



Section one: Contracting authority

one.1) Name and addresses

London North Eastern Railway Ltd.

West Offices, Station Rise

York

YO1 6GA

Email

james.lee2@lner.co.uk

Country

United Kingdom

Region code

UKE21 - York

Internet address(es)

Main address

www.lner.co.uk

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