Award

Refurbishment and Alterations to Ryde Esplanade Train Station

ISLE OF WIGHT COUNCIL

This public procurement record has 1 release in its history.

Award

15 Aug 2022 at 09:43

Summary of the contracting process

The Isle of Wight Council has awarded a contract for the "Refurbishment and Alterations to Ryde Esplanade Train Station" in England. This construction work tender had a value of £1,100,000 and a contract duration from August 16, 2022, to March 31, 2023. The procurement method used was an open procedure, and the closing date for tenders was August 8, 2022.

This contracting opportunity can benefit small and medium-sized enterprises (SMEs) in the construction industry. Businesses capable of refurbishment and construction works, particularly in England, should consider competing. The procurement process involved two stages, with a focus on engaging a Preferred Contractor to deliver the project within specified quality, budget, and time requirements. The successful supplier was Crownpark Builder Limited.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Refurbishment and Alterations to Ryde Esplanade Train Station

Notice Description

The works are for the refurbishment of the currently redundant building at Ryde Esplanade on the northern side at the western end to provide operational accommodate for both SWR and SV The closing date for receipt of Tenders is 14:00 on 8th August 2022. Potential Contractors proposing to submit a Tender are advised to read all documents contained within the Tender Pack carefully to ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their Tender is accepted by the Authority. Potential Contractors should note the Procurement Strategy for this process is to engage a Preferred Contractor following the conclusion of the Stage 1 tender process. At this point, the Preferred Contractor will enter into a Pre-Contract Services Agreement (PCSA) for an 8-week period which will allow the Preferred Contractor to work collaboratively with the Project Team to achieve a scheme capable of delivery within the quality, programme and budgetary requirements which are stipulated within the Key Project Deliverables of the Project Brief Document. Stage 2 will act as an enabler to the project through the undertaking of investigative works, enabling construction and/or deconstruction works. Mobilising at this stage will reduce the overall project duration and inform the design development before the financial close of the project at the conclusion of Stage 2. This should serve to reduce the risk profile for unforeseen works. The Contractor who is in second place following the Stage 1 tender evaluation will be held in reserve and may be called upon to commence Stage 2 of the process if the Preferred Contractor is not able to provide a solution that is deliverable within the financial and programme parameters during the designated stage 2 period. At the end of Stage 2 and if a developed scheme is in line with the Key Project Deliverables and project funding then the Authority and Preferred Contractor will enter a JCT Contract which will be further detailed during the stage 2 process. However, if the Preferred Contractor is not able to provide a solution that is deliverable within the financial and programme parameters during the designated stage 2 8-week period the Authority may terminate the procedure with the Preferred Contractor with immediate effect. If this happens, the Contractor who is in second place following the Stage 1 tender evaluation could be called in to commence Stage 2 with the Authority which may include enabling works. The Preferred Contractor shall be required to provide 'open book' accounting throughout Stage 2. This Procurement Strategy is further detailed within Section 4 of the Project Brief.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-61d5f0f0-e509-463a-9716-7455f684b9de
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/25d6ef88-e4c2-4b5f-ad25-ec37f44221e5
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
£1,100,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
15 Aug 20223 years ago
Submission Deadline
8 Aug 2022Expired
Future Notice Date
Not specified
Award Date
14 Aug 20223 years ago
Contract Period
15 Aug 2022 - 31 Mar 2023 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ISLE OF WIGHT COUNCIL
Contact Name
Jason Barrett
Contact Email
jason.barrett@iow.gov.uk
Contact Phone
+44 1983821000

Buyer Location

Locality
NEWPORT
Postcode
PO30 1UD
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ34 Isle of Wight
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Isle of Wight
Electoral Ward
Newport Central
Westminster Constituency
Isle of Wight West

Supplier Information

Number of Suppliers
1
Supplier Name

CROWNPARK BUILDER

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-61d5f0f0-e509-463a-9716-7455f684b9de-2022-08-15T10:43:45+01:00",
    "date": "2022-08-15T10:43:45+01:00",
    "ocid": "ocds-b5fd17-61d5f0f0-e509-463a-9716-7455f684b9de",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IOW001-DN622282-14437751",
        "title": "Refurbishment and Alterations to Ryde Esplanade Train Station",
        "description": "The works are for the refurbishment of the currently redundant building at Ryde Esplanade on the northern side at the western end to provide operational accommodate for both SWR and SV The closing date for receipt of Tenders is 14:00 on 8th August 2022. Potential Contractors proposing to submit a Tender are advised to read all documents contained within the Tender Pack carefully to ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their Tender is accepted by the Authority. Potential Contractors should note the Procurement Strategy for this process is to engage a Preferred Contractor following the conclusion of the Stage 1 tender process. At this point, the Preferred Contractor will enter into a Pre-Contract Services Agreement (PCSA) for an 8-week period which will allow the Preferred Contractor to work collaboratively with the Project Team to achieve a scheme capable of delivery within the quality, programme and budgetary requirements which are stipulated within the Key Project Deliverables of the Project Brief Document. Stage 2 will act as an enabler to the project through the undertaking of investigative works, enabling construction and/or deconstruction works. Mobilising at this stage will reduce the overall project duration and inform the design development before the financial close of the project at the conclusion of Stage 2. This should serve to reduce the risk profile for unforeseen works. The Contractor who is in second place following the Stage 1 tender evaluation will be held in reserve and may be called upon to commence Stage 2 of the process if the Preferred Contractor is not able to provide a solution that is deliverable within the financial and programme parameters during the designated stage 2 period. At the end of Stage 2 and if a developed scheme is in line with the Key Project Deliverables and project funding then the Authority and Preferred Contractor will enter a JCT Contract which will be further detailed during the stage 2 process. However, if the Preferred Contractor is not able to provide a solution that is deliverable within the financial and programme parameters during the designated stage 2 8-week period the Authority may terminate the procedure with the Preferred Contractor with immediate effect. If this happens, the Contractor who is in second place following the Stage 1 tender evaluation could be called in to commence Stage 2 with the Authority which may include enabling works. The Preferred Contractor shall be required to provide 'open book' accounting throughout Stage 2. This Procurement Strategy is further detailed within Section 4 of the Project Brief.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1100000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-08-08T14:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-08-16T00:00:00+01:00",
            "endDate": "2023-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works"
    },
    "parties": [
        {
            "id": "GB-CFS-49319",
            "name": "Isle of Wight Council",
            "identifier": {
                "legalName": "Isle of Wight Council"
            },
            "address": {
                "streetAddress": "County Hall, High Street",
                "locality": "Newport",
                "postalCode": "PO30 1UD",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Jason Barrett",
                "email": "jason.barrett@iow.gov.uk",
                "telephone": "+44 1983821000"
            },
            "details": {
                "url": "http://www.iwight.com"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-216326",
            "name": "Crownpark Builder Limited",
            "identifier": {
                "legalName": "Crownpark Builder Limited"
            },
            "address": {
                "streetAddress": "Unit 4 Shelley Farm, Shelley Lane, Ower, Romsey, Hampshire, SO51 6AS"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-49319",
        "name": "Isle of Wight Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-61d5f0f0-e509-463a-9716-7455f684b9de-1",
            "status": "active",
            "date": "2022-08-15T00:00:00+01:00",
            "datePublished": "2022-08-15T10:43:45+01:00",
            "value": {
                "amount": 1100000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-216326",
                    "name": "Crownpark Builder Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-08-16T00:00:00+01:00",
                "endDate": "2023-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/25d6ef88-e4c2-4b5f-ad25-ec37f44221e5",
                    "datePublished": "2022-08-15T10:43:45+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "Advert",
                    "url": "https://procontract.due-north.com/Advert?advertId=a212b5e6-b602-ed11-8116-005056b64545"
                }
            ]
        }
    ]
}