Tender

Bournemouth Pier Structural Works

BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL

This public procurement record has 1 release in its history.

Tender

20 Jan 2025 at 13:46

Summary of the contracting process

Bournemouth Christchurch and Poole Council has initiated the tender process for "Bournemouth Pier Structural Works," classified under "Engineering works and construction works" (CPV: 45220000). Located in Bournemouth (region code: UKK24), the project aims to extend the life of the pier by at least 25 years through concrete repairs, installing an Impressed Current Cathodic Protection (ICCP) system, and removing timber landing stages. The Council offers three options based on budget constraints, preferring complete scope coverage if affordable. The total contract value is estimated at £8,750,000. The procurement process follows an open procedure, with the tender period ending on 28th February 2025. The project is set to start on 1st May 2025 and conclude by 31st December 2026.

This tender presents significant opportunities for businesses in the construction and engineering sectors, especially those experienced in structural and marine works. Companies with expertise in concrete repairs, ICCP systems, and pier maintenance are well-suited to compete, offering growth opportunities through large-scale public contracts. With a strong emphasis on quality and price (criteria split 40/60), businesses can leverage their technical capabilities and cost-efficiency to secure the contract. Given the scale of work and the preference for comprehensive project execution (Option C), firms capable of handling extensive repairs and complex installations will find this tender particularly lucrative.

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

Bournemouth Pier Structural Works

Notice Description

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options.

Lot Information

Lot A

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options Additional information: Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

Lot B

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options. Additional information: Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

Lot C

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d4a7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001870-2025
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


CPV Codes

45000000 - Construction work

45220000 - Engineering works and construction works

Notice Value(s)

Tender Value
£8,750,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jan 20251 years ago
Submission Deadline
28 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2025 - 31 Dec 2026 1-2 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL
Contact Name
Procurement
Contact Email
procurement@bcpcouncil.gov.uk
Contact Phone
+44 1202128989

Buyer Location

Locality
BOURNEMOUTH
Postcode
BH2 6DY
Post Town
Bournemouth
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK6 North Somerset, Somerset and Dorset
Small Region (ITL 3)
TLK63 Bournemouth, Christchurch and Poole
Delivery Location
TLK24 Bournemouth, Christchurch and Poole

Local Authority
Bournemouth, Christchurch and Poole
Electoral Ward
Bournemouth Central
Westminster Constituency
Bournemouth West

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-h6vhtk-04d4a7-2025-01-20T13:46:03Z",
    "date": "2025-01-20T13:46:03Z",
    "ocid": "ocds-h6vhtk-04d4a7",
    "initiationType": "tender",
    "tender": {
        "id": "DN755872",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Bournemouth Pier Structural Works",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45220000",
            "description": "Engineering works and construction works"
        },
        "mainProcurementCategory": "works",
        "description": "The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options.",
        "value": {
            "amount": 8750000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "A",
                "description": "The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options Additional information: Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-05-01T00:00:00+01:00",
                    "endDate": "2026-12-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "B",
                "description": "The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options. Additional information: Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-05-01T00:00:00+01:00",
                    "endDate": "2026-12-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "C",
                "description": "The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages. Due to budget constraints, the Council are considering 3 options, these being: - * Option A: All Concrete Works Only Concrete works only. No removal of any of the timber landing stages. * Option B: All Concrete Works and Part Timber Landing Stage Removal Concrete works and the complete removal of the Northern and Small Boat timber landing stages only. * Option C: All Concrete Works and All Timber Landing Stage Removal Concrete works and complete removal of all of the timber landing stages All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works). The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn't affordable then Option A. Suppliers can bid to any or all of the 3 options.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-05-01T00:00:00+01:00",
                    "endDate": "2026-12-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "A",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK24"
                    }
                ],
                "relatedLot": "A"
            },
            {
                "id": "B",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK24"
                    }
                ],
                "relatedLot": "B"
            },
            {
                "id": "C",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK24"
                    }
                ],
                "relatedLot": "C"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability)."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2025-02-28T14:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-02-28T14:00:00Z"
        },
        "bidOpening": {
            "date": "2025-02-28T14:00:00Z",
            "description": "All tenders are electronically sealed within the system and released after the deadline by the Council's authorised officer(s)."
        },
        "hasRecurrence": false,
        "reviewDetails": "In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended)."
    },
    "parties": [
        {
            "id": "GB-FTS-64407",
            "name": "Bournemouth Christchurch and Poole Council",
            "identifier": {
                "legalName": "Bournemouth Christchurch and Poole Council"
            },
            "address": {
                "streetAddress": "BCP Council, Civic Centre, Bourne Avenue",
                "locality": "Bournemouth",
                "region": "UKK24",
                "postalCode": "BH2 6DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement",
                "telephone": "+44 1202128989",
                "email": "procurement@bcpcouncil.gov.uk",
                "url": "https://www.supplyingthesouthwest.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bcpcouncil.gov.uk",
                "buyerProfile": "https://www.supplyingthesouthwest.org.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-75771",
            "name": "The Royal Courts of Justice",
            "identifier": {
                "legalName": "The Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WCA 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-27182",
            "name": "Bournemouth Christchurch and Poole Council",
            "identifier": {
                "legalName": "Bournemouth Christchurch and Poole Council"
            },
            "address": {
                "locality": "Bournemouth",
                "postalCode": "BH2 6DY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-64407",
        "name": "Bournemouth Christchurch and Poole Council"
    },
    "language": "en"
}