Construction Contract Leads
Yorkshire and the Humber
Category Works
Type
No. of Lots 1
Status Active
Published 2nd Dec 2024
Reference | ocds-h6vhtk-048b7b |
Common Procurement Vocabulary | Car park building construction work |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £14,000,000 |
Yorkshire and the Humber
Category Works
Type
No. of Lots 1
Status Active
Published 2nd Dec 2024
Reference | ocds-h6vhtk-048b7b |
Common Procurement Vocabulary | Car park building construction work |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £14,000,000 |
Section I: Contracting entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Luisa.Wain [at] networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
I.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
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multi Storey Car Park Design and Build at York Central
Reference number
pqq_3561
II.1.2) Main CPV code
- 45213312 - Car park building construction work
II.1.3) Type of contract
Works
II.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 [at] networkrail.co.uk for further information.
II.1.5) Estimated total value
Value excluding VAT: £14,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
II.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £14,000,000
II.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
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in the tender documentation.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.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
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-026094
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
17 January 2025
Local time
4:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 March 2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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 VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
London
WC2A1AA
Country
United Kingdom