Planning

St Pancras Enhancement Project RIBA 2 Design and Operational Concept Feasibility Study

  • HS1 Ltd

F04: Periodic indicative notice – utilities (periodic indicative notice only)

Notice identifier: 2024/S 000-040618

Procurement identifier (OCID): ocds-h6vhtk-04c8c7

Published 17 December 2024, 2:46pm



Section one: Contracting entity

one.1) Name and addresses

HS1 Ltd

5th floor, Kings Place, 90 York Way

London

N1 9AG

Contact

Procurement Two

Email

procurement@highspeed1.co.uk

Telephone

+44 2070142700

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

03539665

Internet address(es)

Main address

http://www.highspeed1.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/73582

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.6) Main activity

Other activity

Rail Infrastructure


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

St Pancras Enhancement Project RIBA 2 Design and Operational Concept Feasibility Study

Reference number

HS1-ENG-2024-198

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

HS1 Ltd has the 30-year concession to own, operate and maintain High Speed 1 (HS1), the UK’s only high-speed railway, as well as the stations along the route.

Project Requirement

The end output of Project can be described as:

An International Zone operation capable of handling and processing up to 5,000 passengers in a rolling 60-minute period and;

An International Zone that has the appropriate facilities and operating model to accommodate at least one new international operator.

In providing a RIBA2 design and operational concept that will achieve this output bidders are asked to focus on:

The spatial, architectural and other design elements including:

Overall capacity provision;

Improved passenger flows;

Access and egress;

Historic Building impact;

Fire and evacuation safety;

Station security design standards (SIDOS);

Maintenance;

Location, size and potential rationalisation of station facilities (Toilets, Operator facilities)

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45213321 - Railway station construction work
  • 63731000 - Airport operation services
  • 71220000 - Architectural design services
  • 71242000 - Project and design preparation, estimation of costs
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London

two.2.4) Description of the procurement

HS1 Ltd has the 30-year concession to own, operate and maintain High Speed 1 (HS1), the UK’s only high-speed railway, as well as the stations along the route: St Pancras International, Stratford International, Ebbsfleet International and Ashford International.

International rail services are currently provided by Eurostar who have expressed an aspiration to grow their passenger volumes from 19m today to 30m by 2030 across their network. To support these growth aspirations, HS1 has commissioned an initial feasibility study to explore a) the likely future passenger numbers that will need to be accommodated in the international part of St Pancras station and b) the required spatial and operational changes that will be necessary to unlock the required capacity.

This initial work has identified that expansion is feasible. HS1 is now ready to progress to design and operational concept feasibility stage (RIBA2) to design, deliver and operationalise a reconfigured ground floor operation of the International Zone delivering a significant uplift in passenger capacity that meets forecast requirements until at least 2035 and potentially 2040;

Project Requirement

The end output of Project can be described as:

An International Zone operation capable of handling and processing up to 5,000 passengers in a rolling 60-minute period and;

An International Zone that has the appropriate facilities and operating model to accommodate at least one new international operator.

In providing a RIBA2 design and operational concept that will achieve this output bidders are asked to focus on:

The spatial, architectural and other design elements including:

Overall capacity provision;

Improved passenger flows;

Access and egress;

Historic Building impact;

Fire and evacuation safety;

Station security design standards (SIDOS);

Maintenance;

Location, size and potential rationalisation of station facilities (Toilets, Operator facilities)

two.2.14) Additional information

Indicative Procurement timetable:

Call for Competition - 23/01/2025

PQQ submissions due - 12/02/2025

ITT issued to qualifying bidders - 20/02/2025

ITT submissions due - 20/03/2025

Contract Award - April/May 2025

two.3) Estimated date of publication of contract notice

23 January 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No