Construction Tenders

Tue April 30 2024

Related Information

Construction Contract Leads

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 2nd Apr 2024

Tender Details
Referenceocds-h6vhtk-044eb5
Common Procurement VocabularyRailway station construction work
Procurement MethodRestricted procedure
Value£35,000,000
More Tenders »

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 2nd Apr 2024

Tender Details
Referenceocds-h6vhtk-044eb5
Common Procurement VocabularyRailway station construction work
Procurement MethodRestricted procedure
Value£35,000,000

Section I: Contracting authority

I.1) Name and addresses

Cambridgeshire County Council on behalf of the Greater Cambridge Partnership

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Contact

Mr Jon Collyns

Email

Jon.Collyns [at] cambridgeshire.gov.uk

Telephone

+44 7775703930

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

Buyer's address

https://www.cambridgeshire.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Design & Build - Waterbeach Railway Station

Reference number

DN705594

II.1.2) Main CPV code

  • 45213321 - Railway station construction work

II.1.3) Type of contract

Works

II.1.4) Short description

This scheme delivers the relocation of Waterbeach Railway Station.

Procurement activity includes for the detailed design and construction of the scheme via appointment of a main contractor under NEC Option A/C. The scheme itself constitutes access, plaza, a new car park, platforms, foot bridge and all other required infrastructure for the new station.

II.1.5) Estimated total value

Value excluding VAT: £35,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services

II.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

II.2.4) Description of the procurement

This scheme involves the relocation of Waterbeach Railway Station.

Procurement activity includes the detailed design and construction of the scheme via appointment of a main Contractor under NEC Option A.

The scheme comprises a new railway station consisting of 2 No. platforms, accessible footbridge, and secondary means of escape (SME), a 200-space car park, taxi and bus drop-off, cycle storage, public realm, and a new access road from Cody Road. The new highway and car park will be operated and maintained by Cambridgeshire County Council.

The scheme also includes the decommissioning and demolition of the existing Waterbeach Railway Station.

It is proposed to transfer ownership, operation, and maintenance of the new station to Network Rail.

The current Station Facilities Operator (SFO) is Govia Thameslink Railway operating as Great Northern.

The Contractor will carry out the rail works as ‘Third Party Works,’ as defined in Standard NR/L2/CIV/095 and non-rail works as Outside Party works as defined in NR/L2/CIV/095.

The ES4 preliminary design has been completed by WSP as the Lead Designer and it is anticipated this will achieve the ‘Approved in Principle’ (AIP) milestone prior to the Invitation to Tender (ITT).

Sable Leigh Consultancy (SLC) are appointed as ‘Project Manager’ and Client Representative on behalf of the Greater Cambridge Partnership (GCP).

Volker Fitzpatrick has been undertaking Early Contractor Involvement (ECI) activities. The key outputs of the ECI work will be shared transparently as part of the tender pack.

Network Certification Body (NCB) has also been appointed in ES4 as the independent assessment body for CSM and interoperability.

The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.

Potential Providers will need to register an account via the "Procontract Portal" at https://procontract.due-north.com/Register before being able to view the full tender details.

In order to access the tender documentation, click "Find Opportunities", then on the drop-down menu, filter by "Cambridgeshire Public Services" by clicking on "Update" to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

10 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Email

Clare.Ellis [at] cambridgeshire.gov.uk

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a minimum 10 calendar days standstill period at the point

information on the award of the contract is communicated to tenderers. The duration of this

standstill will be disclosed at this point.

This period allows unsuccessful tenderers to seek further debriefing from the Contracting

Authority before the contract is entered into. Such additional information should be required

from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not

been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for

aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to

take action in the High Court (England, Wales and Northern Ireland). Any such action must

be brought promptly. Where a contract has not been entered into the Court may order the

setting aside of the

award decision or order the authority to amend any document and may award damages. If

the contract has been entered into the Court may order the ineffectiveness of a contract

where serious breach have occurred in addition to any fine, the Court may instead provide for

alternative penalties, either contract shortening, fines or both.

Please ensure that you read the tender documents carefully in order to be aware of the

requirements and relevant deadlines.

The Council reserves the right to award all, part or none of the business forming the subject

matter of this procurement and to abandon, halt, pause, or postpone this procurement at

any time. Under no circumstances will the Council incur any liability (including, but not

limited to, liability as to costs) in respect of this procurement exercise, the abandonment of

the same, or any documentation issued as part of this procurement exercise.