Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: London & Continental Railways Ltd
Postal address: 4th Floor, One Kemble Street
Town: London
NUTS code:
UKI LONDONPostal code: WC2B 4AN
Country: United Kingdom
Contact person: RPS Group PLC
E-mail:
WaterlooRetail@rpsgroup.comTelephone: +44 2036910500
Internet address(es): Main address:
www.lcrhq.co.uk I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityRecreation, culture and religion
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: N201700009
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
The formation of approx. 130,000 square feet of retail space for fit out by incoming tenants with associated external siteworks, drainage and incoming services.
II.1.5)Estimated total valueValue excluding VAT: 45 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
II.2.4)Description of the procurement:
LCR is seeking contractors to undertake the retail redevelopment of the former Waterloo International Terminal (WIT) for retail fit-out by incoming tenants, further details are available via Delta-esourcing. The procurement will follow a competitive dialogue process which is intended to be a brief and focused period to discuss amongst other topics logistics and methodology, further details can be found via Delta-esourcing.
In the first instance, interested contractors should complete the standard questionnaire, further details can be found via Delta-esourcing.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/09/2018
End: 01/04/2021
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Details can be found via Delta-esourcing.
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
Options for phased handover.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/02/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 12/03/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of England and Wales
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477882
Internet address:
http://www.justice.gov.uk VI.4.2)Body responsible for mediation proceduresOfficial name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:19/01/2018