Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Telephone
+44 1908781000
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://networkrail.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://networkrail.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Multi Storey Car Park Design and Build at York Central
Reference number
pqq_3561
two.1.2) Main CPV code
- 45213312 - Car park building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Network Rail is intending to appoint a single contractor for the detailed design & build of a new multi-storey car park (MSCP) at York Central.
The project will replace surface level parking with 626 space MSCP with an additional 10 surface parking blue badge spaces adjacent to the north of the MSCP building as well as 32 EV charging points located on the top decks of the MSCP.
The site is located in the city of York. It is the existing station surface level long-stay car park.
Please contact luisa.wain@networkrail.co.uk for further information.
two.1.5) Estimated total value
Value excluding VAT: £14,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Network Rail is intending to appoint a single contractor for the detailed design & build of a new multi-storey car park (MSCP) at York Central.
The project will replace surface level parking with 626 space MSCP with an additional 10 surface parking blue badge spaces adjacent to the north of the MSCP building as well as 32 EV charging points located on the top decks of the MSCP.
The site is located in the city of York. It is the existing station surface level long-stay car park.
The car park has been part designed as a component of the Station Frontage Improvement scheme. The car park was included in this scheme to ensure the planning application protected the existing level of parking capacity at the station. However, as the site lies in a Conservation Area the Development Control team required more detail on the proposal including elevation, height and massing detail. Therefore, more extensive work was done on the design than anticipated but it now has planning consent that has (1) protected the number of station spaces and (2) established principles of height, massing and scale in a sensitive location.
The appointed contractor shall be responsible for the detailed design and construction of the MSCP and for all technical regulatory approvals prior to handover.
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: £14,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
26 September 2025
End date
28 August 2026
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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 detailed in the tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-026094
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 January 2025
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 March 2026
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: 7 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
London
WC2A1AA
Country
United Kingdom