Notice Information
Notice Title
Building Decarbonisation Projects at Williamson Park, The Storey and City Lab
Notice Description
Phase 1 - Pre-Construction Services (RIBA Stage 4) The initial appointment will be for the pre-construction services, which encompass the completion of RIBA Stage 4 (Technical Design). The contractor will be responsible for providing detailed input on the buildability of the design, collaborating with the design team to ensure constructability, and contributing to cost estimation, planning, and risk identification during this phase. Key Responsibilities for RIBA Stage 4: * Provide buildability input to ensure the design can be practically constructed and meets the required performance specifications. * Assist with detailed cost estimation, including providing open book pricing. * Contribute to risk management by identifying potential risks and proposing mitigation strategies. * Review and validate the design to confirm that it aligns with project requirements and is feasible for construction. Page 4 to 10 Phase 2 - Construction Works (RIBA Stage 5 and 6) The ITT also includes the potential for the appointed Contractor to undertake the construction works, which cover RIBA Stage 5 (Construction) and RIBA Stage 6 (Handover and Close Out). However, the appointment for these stages is not guaranteed at this point. Upon the completion of RIBA Stage 4, a formal review will be conducted to assess the Contractor's performance and the project's requirements. The Council reserves the right to proceed with the contractor for the construction works, subject to satisfactory performance during RIBA Stage 4, confirmation of costs, and overall project alignment. A break clause will be in place, allowing the Council to either proceed with the appointed Contractor or re-tender for the construction works. The Council retains Intellectual Property over full design work specific to the sites of this project for use with another contractor if required. Key Points for RIBA Stage 5 and 6: * The ITT outlines the requirements for both pre-construction services and potential construction works, but the contractor is only guaranteed the work for RIBA Stage 4. * Following the completion of RIBA Stage 4, the Council will review whether to appoint the contractor for RIBA Stage 5 and 6 based on performance, costs, and other considerations. The main contract is subject to obtaining all necessary planning consents. The responsibility for securing these consents will primarily rest with the Council. However, the appointed contractor will be expected to provide technical support and relevant information as required during the planning process. The contractor must be aware that no construction works, particularly any equipment ordering or significant on-site activities, can commence until all planning permissions are secured. The timeline for the project may be extended if planning approvals are delayed. Coordination with external parties, may also impact the timing of planning approvals and should be factored into the project delivery plan. The project is partially funded through the Public Sector Decarbonisation Scheme (PSDS), and the key funding condition is that the project must be fully delivered, reach Practical Completion (PC), and be signed off by the end of January 2026. This is the final deadline for the project, and all works must be completed, tested, commissioned, and handed over before this date to ensure compliance with funding requirements. While an initial target of December 2025 has been identified for completion, this is flexible to avoid unnecessary risk. The Council prefers to extend the timeline if required to ensure quality and performance, rather than rush delivery.
Lot Information
Lot 1
Phase 1 - Pre-Construction Services (RIBA Stage 4) The initial appointment will be for the pre-construction services, which encompass the completion of RIBA Stage 4 (Technical Design). The contractor will be responsible for providing detailed input on the buildability of the design, collaborating with the design team to ensure constructability, and contributing to cost estimation, planning, and risk identification during this phase. Key Responsibilities for RIBA Stage 4: * Provide buildability input to ensure the design can be practically constructed and meets the required performance specifications. * Assist with detailed cost estimation, including providing open book pricing. * Contribute to risk management by identifying potential risks and proposing mitigation strategies. * Review and validate the design to confirm that it aligns with project requirements and is feasible for construction. Page 4 to 10 Phase 2 - Construction Works (RIBA Stage 5 and 6) The ITT also includes the potential for the appointed Contractor to undertake the construction works, which cover RIBA Stage 5 (Construction) and RIBA Stage 6 (Handover and Close Out). However, the appointment for these stages is not guaranteed at this point. Upon the completion of RIBA Stage 4, a formal review will be conducted to assess the Contractor's performance and the project's requirements. The Council reserves the right to proceed with the contractor for the construction works, subject to satisfactory performance during RIBA Stage 4, confirmation of costs, and overall project alignment. A break clause will be in place, allowing the Council to either proceed with the appointed Contractor or re-tender for the construction works. The Council retains Intellectual Property over full design work specific to the sites of this project for use with another contractor if required. Key Points for RIBA Stage 5 and 6: * The ITT outlines the requirements for both pre-construction services and potential construction works, but the contractor is only guaranteed the work for RIBA Stage 4. * Following the completion of RIBA Stage 4, the Council will review whether to appoint the contractor for RIBA Stage 5 and 6 based on performance, costs, and other considerations. The main contract is subject to obtaining all necessary planning consents. The responsibility for securing these consents will primarily rest with the Council. However, the appointed contractor will be expected to provide technical support and relevant information as required during the planning process. The contractor must be aware that no construction works, particularly any equipment ordering or significant on-site activities, can commence until all planning permissions are secured. The timeline for the project may be extended if planning approvals are delayed. Coordination with external parties, may also impact the timing of planning approvals and should be factored into the project delivery plan. The project is partially funded through the Public Sector Decarbonisation Scheme (PSDS), and the key funding condition is that the project must be fully delivered, reach Practical Completion (PC), and be signed off by the end of January 2026. This is the final deadline for the project, and all works must be completed, tested, commissioned, and handed over before this date to ensure compliance with funding requirements. While an initial target of December 2025 has been identified for completion, this is flexible to avoid unnecessary risk. The Council prefers to extend the timeline if required to ensure quality and performance, rather than rush delivery.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e7c4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037694-2025
- Current Stage
- Award
- All Stages
- Tender, Award
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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £3,200,000 £1M-£10M
- Lots Value
- £3,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,937,317 £1M-£10M
Notice Dates
- Publication Date
- 7 Jul 202510 months ago
- Submission Deadline
- 13 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Jul 202510 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LANCASTER CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LANCASTER
- Postcode
- LA1 1PJ
- Post Town
- Lancaster
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD4 Lancashire
- Small Region (ITL 3)
- TLD44 Lancaster and Wyre
- Delivery Location
- Not specified
-
- Local Authority
- Lancaster
- Electoral Ward
- Castle
- Westminster Constituency
- Lancaster and Wyre
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-04e7c4-2025-07-07T11:30:28+01:00",
"date": "2025-07-07T11:30:28+01:00",
"ocid": "ocds-h6vhtk-04e7c4",
"initiationType": "tender",
"tender": {
"id": "DN752184",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Building Decarbonisation Projects at Williamson Park, The Storey and City Lab",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Phase 1 - Pre-Construction Services (RIBA Stage 4) The initial appointment will be for the pre-construction services, which encompass the completion of RIBA Stage 4 (Technical Design). The contractor will be responsible for providing detailed input on the buildability of the design, collaborating with the design team to ensure constructability, and contributing to cost estimation, planning, and risk identification during this phase. Key Responsibilities for RIBA Stage 4: * Provide buildability input to ensure the design can be practically constructed and meets the required performance specifications. * Assist with detailed cost estimation, including providing open book pricing. * Contribute to risk management by identifying potential risks and proposing mitigation strategies. * Review and validate the design to confirm that it aligns with project requirements and is feasible for construction. Page 4 to 10 Phase 2 - Construction Works (RIBA Stage 5 and 6) The ITT also includes the potential for the appointed Contractor to undertake the construction works, which cover RIBA Stage 5 (Construction) and RIBA Stage 6 (Handover and Close Out). However, the appointment for these stages is not guaranteed at this point. Upon the completion of RIBA Stage 4, a formal review will be conducted to assess the Contractor's performance and the project's requirements. The Council reserves the right to proceed with the contractor for the construction works, subject to satisfactory performance during RIBA Stage 4, confirmation of costs, and overall project alignment. A break clause will be in place, allowing the Council to either proceed with the appointed Contractor or re-tender for the construction works. The Council retains Intellectual Property over full design work specific to the sites of this project for use with another contractor if required. Key Points for RIBA Stage 5 and 6: * The ITT outlines the requirements for both pre-construction services and potential construction works, but the contractor is only guaranteed the work for RIBA Stage 4. * Following the completion of RIBA Stage 4, the Council will review whether to appoint the contractor for RIBA Stage 5 and 6 based on performance, costs, and other considerations. The main contract is subject to obtaining all necessary planning consents. The responsibility for securing these consents will primarily rest with the Council. However, the appointed contractor will be expected to provide technical support and relevant information as required during the planning process. The contractor must be aware that no construction works, particularly any equipment ordering or significant on-site activities, can commence until all planning permissions are secured. The timeline for the project may be extended if planning approvals are delayed. Coordination with external parties, may also impact the timing of planning approvals and should be factored into the project delivery plan. The project is partially funded through the Public Sector Decarbonisation Scheme (PSDS), and the key funding condition is that the project must be fully delivered, reach Practical Completion (PC), and be signed off by the end of January 2026. This is the final deadline for the project, and all works must be completed, tested, commissioned, and handed over before this date to ensure compliance with funding requirements. While an initial target of December 2025 has been identified for completion, this is flexible to avoid unnecessary risk. The Council prefers to extend the timeline if required to ensure quality and performance, rather than rush delivery.",
"value": {
"amount": 3200000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Phase 1 - Pre-Construction Services (RIBA Stage 4) The initial appointment will be for the pre-construction services, which encompass the completion of RIBA Stage 4 (Technical Design). The contractor will be responsible for providing detailed input on the buildability of the design, collaborating with the design team to ensure constructability, and contributing to cost estimation, planning, and risk identification during this phase. Key Responsibilities for RIBA Stage 4: * Provide buildability input to ensure the design can be practically constructed and meets the required performance specifications. * Assist with detailed cost estimation, including providing open book pricing. * Contribute to risk management by identifying potential risks and proposing mitigation strategies. * Review and validate the design to confirm that it aligns with project requirements and is feasible for construction. Page 4 to 10 Phase 2 - Construction Works (RIBA Stage 5 and 6) The ITT also includes the potential for the appointed Contractor to undertake the construction works, which cover RIBA Stage 5 (Construction) and RIBA Stage 6 (Handover and Close Out). However, the appointment for these stages is not guaranteed at this point. Upon the completion of RIBA Stage 4, a formal review will be conducted to assess the Contractor's performance and the project's requirements. The Council reserves the right to proceed with the contractor for the construction works, subject to satisfactory performance during RIBA Stage 4, confirmation of costs, and overall project alignment. A break clause will be in place, allowing the Council to either proceed with the appointed Contractor or re-tender for the construction works. The Council retains Intellectual Property over full design work specific to the sites of this project for use with another contractor if required. Key Points for RIBA Stage 5 and 6: * The ITT outlines the requirements for both pre-construction services and potential construction works, but the contractor is only guaranteed the work for RIBA Stage 4. * Following the completion of RIBA Stage 4, the Council will review whether to appoint the contractor for RIBA Stage 5 and 6 based on performance, costs, and other considerations. The main contract is subject to obtaining all necessary planning consents. The responsibility for securing these consents will primarily rest with the Council. However, the appointed contractor will be expected to provide technical support and relevant information as required during the planning process. The contractor must be aware that no construction works, particularly any equipment ordering or significant on-site activities, can commence until all planning permissions are secured. The timeline for the project may be extended if planning approvals are delayed. Coordination with external parties, may also impact the timing of planning approvals and should be factored into the project delivery plan. The project is partially funded through the Public Sector Decarbonisation Scheme (PSDS), and the key funding condition is that the project must be fully delivered, reach Practical Completion (PC), and be signed off by the end of January 2026. This is the final deadline for the project, and all works must be completed, tested, commissioned, and handed over before this date to ensure compliance with funding requirements. While an initial target of December 2025 has been identified for completion, this is flexible to avoid unnecessary risk. The Council prefers to extend the timeline if required to ensure quality and performance, rather than rush delivery.",
"value": {
"amount": 3200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=43ce19cf-dda5-ef11-8132-005056b64545",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-03-13T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-03-13T12:05:00Z"
},
"bidOpening": {
"date": "2025-03-13T12:05:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-66532",
"name": "Lancaster City Council",
"identifier": {
"legalName": "Lancaster City Council"
},
"address": {
"streetAddress": "Lancaster Town Hall, Dalton Square",
"locality": "Lancaster",
"region": "UK",
"postalCode": "LA1 1PJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Dr Robert Boschi",
"telephone": "+44 1524582000",
"email": "rboschi@lancaster.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=43ce19cf-dda5-ef11-8132-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lancaster.gov.uk/",
"buyerProfile": "http://www.lancaster.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-4274",
"name": "Lancaster City Council",
"identifier": {
"legalName": "Lancaster City Council"
},
"address": {
"locality": "Lancaster",
"postalCode": "LA1 1PJ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-4273",
"name": "Lancaster City Council",
"identifier": {
"legalName": "Lancaster City Council"
},
"address": {
"streetAddress": "Town Hall, Dalton Square",
"locality": "Lancaster",
"region": "UK",
"postalCode": "LA1 1PJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Justin Shaw",
"telephone": "+44 1524582375",
"email": "jshaw@lancaster.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lancaster.gov.uk/",
"buyerProfile": "http://www.lancaster.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-114021",
"name": "Alternative Heat Ltd",
"identifier": {
"legalName": "Alternative Heat Ltd"
},
"address": {
"locality": "Banbridge",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-10477",
"name": "Lancaster City Council",
"identifier": {
"legalName": "Lancaster City Council"
},
"address": {
"locality": "Lancaster",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-4273",
"name": "Lancaster City Council"
},
"language": "en",
"awards": [
{
"id": "037694-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-114021",
"name": "Alternative Heat Ltd"
}
]
}
],
"contracts": [
{
"id": "037694-2025-1",
"awardID": "037694-2025-1",
"status": "active",
"value": {
"amount": 2937317,
"currency": "GBP"
},
"dateSigned": "2025-07-07T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 10
}
]
}
}