Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 2nd Dec 2024

Tender Details
Referenceocds-h6vhtk-048b7b
Common Procurement VocabularyCar park building construction work
Procurement MethodNegotiated procedure with prior call for competition
Value£14,000,000
More Tenders »

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 2nd Dec 2024

Tender Details
Referenceocds-h6vhtk-048b7b
Common Procurement VocabularyCar park building construction work
Procurement MethodNegotiated 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

Email

Luisa.Wain [at] networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

www.networkrail.co.uk

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