º£½ÇÉçÇøapp

Construction Tenders

Thu September 19 2024

Related Information

Construction Contract Leads

North West

Category Works

Type

No. of Lots 1

Status Active

Published 9th Sep 2024

Tender Details
Referenceocds-h6vhtk-049916
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£10,000,000
« Previous Page

North West

Category Works

Type

No. of Lots 1

Status Active

Published 9th Sep 2024

Tender Details
Referenceocds-h6vhtk-049916
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£10,000,000

Section I: Contracting authority

I.1) Name and addresses

Cumberland Council

Cumbria House, 107 - 117 Botchergate

Carlisle

CA1 1RD

Email

procurement.capital [at] cumberland.gov.uk

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 and Build Contract for Ironline, Millom

Reference number

DN740000

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The project comprises of the erection of a Welcome Building with Café, Retail Space, Staff Facilities and Car Park, Installation of Air Source Heat Pumps, Repair and Stabilisation works and installation of suspended periscope mirrors at Hodbarrow Beacon, repair and stabilisation works and installation of a Camera Obscura structure at Towsey Hole Windmill, Installation of cladding and new living roof to existing bird hide, erection of new bird hides and viewing platforms, creation of new multi-use pathways with signage, gateway features and street furniture, making good of existing Byway (BOAT) along the sea wall, enhancement of wildlife habitats and associated access, with landscaping, drainage and required infrastructure.

II.1.5) Estimated total value

Value excluding VAT: £10,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

II.2.4) Description of the procurement

The project has been progressed up to RIBA stage 4 with the design pack being submitted for planning approval back in September 2023.

It is the intention to appoint a Design and Build Delivery Partner to progress RIBA stage 4 under a NEC4 Construction Contract and develop a proposal for physical delivery of the project. At the end of stage 4 it will be envisaged that the Delivery Partner will produce a proposal for delivering the project beyond stage 4 which will be progressed subject to Council approval.

It is envisaged the Contractor will lead a multidisciplinary Design Team including Lead designer, Civil and structural Engineer, MEP Engineer, Principal Designer for CDM and Principal Designer for Building Control.

The Design and Build Delivery Partner can engage with and utilise the existing design team or propose an alternative design team if it is believed this will benefit the delivery of the project. The existing team has expressed an interest in continuing with the project with a Delivery Partner.

The Council will commission the Works in two distinct stages:

• Stage 1: Design, development, consents and approvals.

• Stage 2: Construction

There is to be an Employer decision hold-point between Stage 1 and 2 when the Employer will decide whether or not to proceed to Stage 2. This decision will be at the Employers total discretion.

Stage 1 will be administered under an NEC Engineering Construction Contract Contract (Option A).

Stage 2 will be administered under an NEC Engineering Construction Contract (Option A).

The value provided in Section II.1.5 is only an estimate.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

Duration in months

36

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

II.2.14) Additional information

Suppliers wishing to express an interest and obtain access to the tender documents should go to and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (DN740000) in the box labelled 'contains' then click search. Click on the Blue link for the contract title to view the opportunity.

To express an interest you will need to login. If you are not already registered on the you will need to return to the home page and click on Register. Register free link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.

Cumberland Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Cumberland Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the authority's supplier audits on all aspects of diversity.

The contracting authority expressly reserves the right:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the contracting authority be liable for any costs incurred by the candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.

The contracting authority reserve the right to use any electronic portal during the life of the agreement.


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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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

21 October 2024

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

21 October 2024

Local time

12:00pm


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

High Court of England

London

Country

United Kingdom