Notice Information
Notice Title
Stage 1 and 2 Design and Build for LUF and Towns Deal Place Projects
Notice Description
Barrow BC is seeking to appoint a contractor to develop designs, gain necessary consents and approvals and undertake the construction of a package of improvement works as part of the redevelopment set out within the Town Investment Plan for Barrow Town Centre. Associated with this project is an Accessibility project to connect up the leisure, retail, civic and quarters of Barrow Town centre. This element is being procured separately by Cumbria County Council and is outside the scope of this project , but the preferred contractor will need to consider the interface and programming of their works with these works.. 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 (Option A). Stage 2 will be administered under an NEC Engineering Construction Contract (Option A)
Lot Information
Lot 1
For Stage 1, the Contractor will enter into a contract with the Council (the Employer) and develop the detailed design for the works and all necessary approvals outlined in the Works Information. It should be noted that whilst the design is currently developed to Concept Design (RIBA 2) the Council wishes to gain contractor involvement and buildability advice which is to be incorporated into the final design along with the outcome of further engagement and discussions with key stakeholders including Barrow BC, Cumbria County Council, esp Highways Authority, Stagecoach and the wider community including the local MP and community organisations who will use the facilities, potential and existing market traders and unit occupiers The Contractor will undertake any necessary supplementary investigations, studies, assessments, etc, produce all drawings and specifications for the works and secure all necessary consents and approvals. The price of 3rd party surveys should not be included within the activity schedule and will not form part of the tender assessment. However, indicative sums should be included within your bid for information only and demonstration of your understanding of the project. The Contractor will provide a pre- construction information (PCI) document as a fully priced activity schedule for discussion and acceptance at the end of Stage 1. If the Employer accepts the Stage 1 products and price, the Contractor may be asked to provide the Stage 2 works by entering into a second Engineering and Construction Contract. For the avoidance of doubt, the initial contract will be for the provision of Stage 1 deliverables only. The Employer has no contractual obligation to commit for Stage 2 works. Within this mini- competition the Employer will provide, and the Contractor will complete, two sets of Contract Data for Stage 1 and 2. For Stage 2, the Employer has completed the Contract Data part 1 as far as is practical to enable the Contractor to complete Contract Data part 2 for Stage 2. The Contractor will provide completed cost information for Stage 1 and Stage 2 as part of this mini competition. For Stage 1 Design the contractor will complete the activity schedule provided. As this is only provided at high level, contractors are encouraged to provide a more detailed activity schedule. The Stage 2 Construction activity schedule price submitted by the Contractor as part of the mini competition submission will be weighted and added to the Stage 1 Activity schedule price and input into the financial price assessment within this mini competition. The Stage 2 Construction activity schedule submitted by the Contractor at tender stage will be tracked and developed by the Contractor throughout Stage 1and will form the starting basis for the discussion between the Contractor and Employer at the decision hold-point. For the avoidance of doubt. The Contractor will be responsible for managing and planning all works required to meet the requests of private or public utility providers. If necessary, the Contractor is required to price for accommodating utility diversions within the works. The Council will meet the direct costs of utility providers/owners for any direct works e.g diversions. Direct costs payable to utility providers or workers are not to be included within the Contractors rates for Stage 1 or activity schedule for Stage 2. It is critical that the Council and the Contractor work together to find the best value design for the works. Value of the Contract The estimated value of the contract stages 1 and 2 is Stage 1 Design - PS900,000 and Stage 2 - PS12.75m.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032a14
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009081-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45000000 - Construction work
71220000 - Architectural design services
71230000 - Organisation of architectural design contests
71240000 - Architectural, engineering and planning services
71250000 - Architectural, engineering and surveying services
71400000 - Urban planning and landscape architectural services
Notice Value(s)
- Tender Value
- £13,400,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Apr 20223 years ago
- Submission Deadline
- 4 May 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BARROW-IN-FURNESS COUNCIL
- Contact Name
- Jamie Muir
- Contact Email
- jmuir@barrowbc.gov.uk
- Contact Phone
- +44 1229876410
Buyer Location
- Locality
- BARROW-IN-FURNESS
- Postcode
- LA14 2LD
- Post Town
- Lancaster
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD1 Cumbria
- Small Region (ITL 3)
- TLD14 Westmorland and Furness
- Delivery Location
- TLD North West (England)
-
- Local Authority
- Westmorland and Furness
- Electoral Ward
- Old Barrow and Hindpool
- Westminster Constituency
- Barrow and Furness
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-032a14-2022-04-05T11:54:18+01:00",
"date": "2022-04-05T11:54:18+01:00",
"ocid": "ocds-h6vhtk-032a14",
"initiationType": "tender",
"tender": {
"id": "DN603752",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Stage 1 and 2 Design and Build for LUF and Towns Deal Place Projects",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Barrow BC is seeking to appoint a contractor to develop designs, gain necessary consents and approvals and undertake the construction of a package of improvement works as part of the redevelopment set out within the Town Investment Plan for Barrow Town Centre. Associated with this project is an Accessibility project to connect up the leisure, retail, civic and quarters of Barrow Town centre. This element is being procured separately by Cumbria County Council and is outside the scope of this project , but the preferred contractor will need to consider the interface and programming of their works with these works.. 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 (Option A). Stage 2 will be administered under an NEC Engineering Construction Contract (Option A)",
"value": {
"amount": 13400000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "For Stage 1, the Contractor will enter into a contract with the Council (the Employer) and develop the detailed design for the works and all necessary approvals outlined in the Works Information. It should be noted that whilst the design is currently developed to Concept Design (RIBA 2) the Council wishes to gain contractor involvement and buildability advice which is to be incorporated into the final design along with the outcome of further engagement and discussions with key stakeholders including Barrow BC, Cumbria County Council, esp Highways Authority, Stagecoach and the wider community including the local MP and community organisations who will use the facilities, potential and existing market traders and unit occupiers The Contractor will undertake any necessary supplementary investigations, studies, assessments, etc, produce all drawings and specifications for the works and secure all necessary consents and approvals. The price of 3rd party surveys should not be included within the activity schedule and will not form part of the tender assessment. However, indicative sums should be included within your bid for information only and demonstration of your understanding of the project. The Contractor will provide a pre- construction information (PCI) document as a fully priced activity schedule for discussion and acceptance at the end of Stage 1. If the Employer accepts the Stage 1 products and price, the Contractor may be asked to provide the Stage 2 works by entering into a second Engineering and Construction Contract. For the avoidance of doubt, the initial contract will be for the provision of Stage 1 deliverables only. The Employer has no contractual obligation to commit for Stage 2 works. Within this mini- competition the Employer will provide, and the Contractor will complete, two sets of Contract Data for Stage 1 and 2. For Stage 2, the Employer has completed the Contract Data part 1 as far as is practical to enable the Contractor to complete Contract Data part 2 for Stage 2. The Contractor will provide completed cost information for Stage 1 and Stage 2 as part of this mini competition. For Stage 1 Design the contractor will complete the activity schedule provided. As this is only provided at high level, contractors are encouraged to provide a more detailed activity schedule. The Stage 2 Construction activity schedule price submitted by the Contractor as part of the mini competition submission will be weighted and added to the Stage 1 Activity schedule price and input into the financial price assessment within this mini competition. The Stage 2 Construction activity schedule submitted by the Contractor at tender stage will be tracked and developed by the Contractor throughout Stage 1and will form the starting basis for the discussion between the Contractor and Employer at the decision hold-point. For the avoidance of doubt. The Contractor will be responsible for managing and planning all works required to meet the requests of private or public utility providers. If necessary, the Contractor is required to price for accommodating utility diversions within the works. The Council will meet the direct costs of utility providers/owners for any direct works e.g diversions. Direct costs payable to utility providers or workers are not to be included within the Contractors rates for Stage 1 or activity schedule for Stage 2. It is critical that the Council and the Contractor work together to find the best value design for the works. Value of the Contract The estimated value of the contract stages 1 and 2 is Stage 1 Design - PS900,000 and Stage 2 - PS12.75m.",
"contractPeriod": {
"startDate": "2022-05-23T00:00:00+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71230000",
"description": "Organisation of architectural design contests"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
}
],
"deliveryLocation": {
"description": "Barrow-in-Furness, Cumbria."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=13c96487-23b4-ec11-8113-005056b64545&fromProjectDashboard=True",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-04T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-05-06T10:00:00+01:00"
},
"bidOpening": {
"date": "2022-05-06T10:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-22776",
"name": "Barrow-In-Furness Council",
"identifier": {
"legalName": "Barrow-In-Furness Council"
},
"address": {
"streetAddress": "Town Hall",
"locality": "BARROW-IN-FURNESS",
"region": "UKD11",
"postalCode": "LA142LD",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Jamie Muir",
"telephone": "+44 1229876410",
"email": "jmuir@barrowbc.gov.uk",
"url": "https://procontract.due-north.com/Advert?advertId=13c96487-23b4-ec11-8113-005056b64545&fromProjectDashboard=True"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.barrowbc.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-22777",
"name": "Barrow Borough Council",
"identifier": {
"legalName": "Barrow Borough Council"
},
"address": {
"locality": "Barrow-in-Furness",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-22776",
"name": "Barrow-In-Furness Council"
},
"language": "en"
}