Tender

Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY

WORTH PARISH COUNCIL

This public procurement record has 1 release in its history.

Tender

21 Nov 2025 at 19:48

Summary of the contracting process

Worth Parish Council is inviting tenders for a project titled "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY," aimed at constructing eighteen parking spaces in layby format. Situated in Crawley Down, West Sussex, this public procurement falls under the works category, specifically involving site preparation and civil engineering. The process is in the tender stage, following an open competition procurement method aimed at businesses below the threshold. Key dates include the expected planning approval on 1st December 2025, with tenders to be submitted by 19th December 2025. The construction is anticipated to begin in late February 2026 and complete by March 13, 2026.

This tender provides significant opportunities for businesses within the construction and civil engineering sectors, especially those capable of demonstrating technical expertise, past project examples, and compliance with health and safety norms. SMEs and VCSEs are encouraged to participate, promoting local economic growth. With a budget of £55,000 and an evaluation that considers factors such as technical capability and delivery planning, this project is ideal for firms experienced in similar works and capable of complying with stringent site and contractual requirements. Ensuring adequate documentation and site familiarity will be crucial for a successful bid.

How relevant is this notice?

Notice Information

Notice Title

Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY

Notice Description

Worth Parish Council (WPC) invites tenders for the "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY". The Parking Scheme involves the construction of eighteen parking spaces in a layby format in Bowers Place adjacent to the village green. The work is to take place within the publicly maintained highway and will be the subject of a Section 278 agreement with West Sussex County Council. It is anticipated a revised planning application will be approved by Mid Sussex District Council on Monday 1st December 2025. The Section 278 agreement application can then be submitted with a view to commencement on site being possible in late February 2026. WPC have funding for the project in place and have appointed Paul Budgen Associates LLP (t/as PBA Planning) as the Project Manager to deliver the scheme as soon as possible. Tenders should be based on the details included in the following document bundle: a.PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan] b.PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan] c.PBA Planning drawing reference WPC25-03 REV A [Sections] d.PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan] e.WSCC S278/38/17 B f.ASSET SEARCH - ALL POINTS FIBRE [39524903] g.ASSET SEARCH - SGN [39524903] h.ASSET SEARCH - UKPN [39524903] The works involve constructing eighteen parking spaces including: a.Preparing Construction Phase Plan. b.Setting up and maintaining site welfare and storage arrangements. c.Excavation of the existing verge and laying sub-base, binder course and wearing course including overlaying existing footpath with wearing course. d.Construction of utility protection points. e.Replacing section of play area fence and construction of short section of footpath to the village green. All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to paul@pba-planning.co.uk or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: *Fully costed schedule of works. *Completed Declaration of Non-Collusion (Appendix B). *Completed Declaration regarding Conflicts of Interest (Appendix C). *Proof of public liability insurance (at least PS10m). *Latest published accounts. *Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: *Evidence of technical capability. *Previous examples of similar works. *Previous examples of CDM compliance. *Project timeline and delivery plan including lead time and delivery time.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e6c2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/076228-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45100000 - Site preparation work

45200000 - Works for complete or part construction and civil engineering work

Notice Value(s)

Tender Value
£55,000 Under £100K
Lots Value
£55,000 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Nov 20251 weeks ago
Submission Deadline
19 Dec 20252 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Feb 2026 - 13 Mar 2026 30 days
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
WORTH PARISH COUNCIL
Contact Name
Not specified
Contact Email
enquiries@worth-pc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
COPTHORNE
Postcode
RH10 3ZQ
Post Town
Redhill
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ28 West Sussex (North East)
Delivery Location
TLJ South East (England)

Local Authority
Mid Sussex
Electoral Ward
Copthorne & Worth
Westminster Constituency
East Grinstead and Uckfield

Further Information

Notice Documents

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-05e6c2-2025-11-21T19:48:03Z",
    "date": "2025-11-21T19:48:03Z",
    "ocid": "ocds-h6vhtk-05e6c2",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJRP-4745-JDPR",
            "name": "Worth Parish Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJRP-4745-JDPR"
            },
            "address": {
                "streetAddress": "First Floor, The Parish Hub",
                "locality": "Copthorne",
                "postalCode": "RH10 3ZQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ28"
            },
            "contactPoint": {
                "email": "enquiries@worth-pc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJRP-4745-JDPR",
        "name": "Worth Parish Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-05e6c2",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY",
        "description": "Worth Parish Council (WPC) invites tenders for the \"Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY\". The Parking Scheme involves the construction of eighteen parking spaces in a layby format in Bowers Place adjacent to the village green. The work is to take place within the publicly maintained highway and will be the subject of a Section 278 agreement with West Sussex County Council. It is anticipated a revised planning application will be approved by Mid Sussex District Council on Monday 1st December 2025. The Section 278 agreement application can then be submitted with a view to commencement on site being possible in late February 2026. WPC have funding for the project in place and have appointed Paul Budgen Associates LLP (t/as PBA Planning) as the Project Manager to deliver the scheme as soon as possible. Tenders should be based on the details included in the following document bundle: a.PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan] b.PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan] c.PBA Planning drawing reference WPC25-03 REV A [Sections] d.PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan] e.WSCC S278/38/17 B f.ASSET SEARCH - ALL POINTS FIBRE [39524903] g.ASSET SEARCH - SGN [39524903] h.ASSET SEARCH - UKPN [39524903] The works involve constructing eighteen parking spaces including: a.Preparing Construction Phase Plan. b.Setting up and maintaining site welfare and storage arrangements. c.Excavation of the existing verge and laying sub-base, binder course and wearing course including overlaying existing footpath with wearing course. d.Construction of utility protection points. e.Replacing section of play area fence and construction of short section of footpath to the village green. All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to paul@pba-planning.co.uk or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: *Fully costed schedule of works. *Completed Declaration of Non-Collusion (Appendix B). *Completed Declaration regarding Conflicts of Interest (Appendix C). *Proof of public liability insurance (at least PS10m). *Latest published accounts. *Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: *Evidence of technical capability. *Previous examples of similar works. *Previous examples of CDM compliance. *Project timeline and delivery plan including lead time and delivery time.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 66000,
            "amount": 55000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "works",
        "aboveThreshold": false,
        "submissionMethodDetails": "Final submissions should be emailed to tenders@worth-pc.gov.uk (Please note: this email address is only for the submission of final tenders. It is NOT monitored and will not be accessed until after the tender closes.) For more information about Worth Parish Council, see our website here: https://www.worth-pc.gov.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-12-19T23:59:59Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-05T23:59:59Z"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "smeVcse"
            ],
            "reservedParticipationLocation": {
                "gazetteer": {
                    "scheme": "GB-ONS",
                    "identifiers": [
                        "K02000001"
                    ]
                }
            }
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 66000,
                    "amount": 55000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to paul@pba-planning.co.uk or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: *Fully costed schedule of works. *Completed Declaration of Non-Collusion (Appendix B). *Completed Declaration regarding Conflicts of Interest (Appendix C). *Proof of public liability insurance (at least PS10m). *Latest published accounts. *Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: *Evidence of technical capability. *Previous examples of similar works. *Previous examples of CDM compliance. *Project timeline and delivery plan including lead time and delivery time. Once the evaluation and scoring process has been completed the Council will have a preferred contractor and recommend to Full Council that a contract is awarded. The Council will award the contract on the basis of the tender documents under a JCT Minor Works Agreement."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-23T00:00:00Z",
                    "endDate": "2026-03-13T23:59:59Z"
                },
                "awardCriteria": {
                    "description": "Submissions will be evaluated based on the following criteria: a. Price - Weighting 50% b. Locality of supplier - Weighting 5% c. Evidence of technical capability - Weighting 10% d. Previous examples of similar works - Weighting 10% e. Previous examples of CDM compliance - Weighting 5% f. Project timeline and delivery plan including lead time and delivery time - Weighting 20% Price scoring will be calculated as follows: *The bidder offering the lowest price will receive the full 50% score. *All other bidders will receive a proportionate score calculated using the formula: \"Price score = (lowest price/bidder's price) x 50\" Criteria b - f will be scored on a scale of 1-5: 1.Significantly fails to meet requirements 2.Falls short of meeting requirements in a number of respects 3.Meets requirements in most material respects, but is lacking in others 4.Meets requirements 5.Meets requirements and exceeds some or all requirements During the evaluation and scoring process, you must respond within two working days, or by any alternative deadline agreed with clarification of any aspect of your bid to avoid the risk of your tender being rejected. Any clarifications to your proposal will be considered in the final evaluation. All material information must be disclosed including any facts that we consider likely to affect our evaluation process. Please ensure that all requested information is provided and do not assume we have prior knowledge of your circumstances. We actively seek to avoid conflicts of interest and reserve the right to deem a tenderer ineligible where an actual or potential conflict of interest is identified. We also reserve the right to exclude tenders that contain an abnormally high or low price (defined as more than 25% above or below the average of all submitted prices). All participating tenderers will be notified in writing of the evaluation outcome and the recommended award prior to the formal contract award."
                }
            }
        ],
        "documents": [
            {
                "id": "A-8237",
                "documentType": "biddingDocuments",
                "description": "Document 1: Invitation to tender including: * Appendix A: Tender Confirmation Form * Appendix B: Declaration of Non-Collusion * Appendix C: Declaration Regarding Conflicts of Interest",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8237",
                "format": "application/pdf"
            },
            {
                "id": "A-8238",
                "documentType": "biddingDocuments",
                "description": "a. PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8238",
                "format": "application/pdf"
            },
            {
                "id": "A-8239",
                "documentType": "biddingDocuments",
                "description": "b. PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8239",
                "format": "application/pdf"
            },
            {
                "id": "A-8240",
                "documentType": "biddingDocuments",
                "description": "c. PBA Planning drawing reference WPC25-03 REV A [Sections]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8240",
                "format": "application/pdf"
            },
            {
                "id": "A-8241",
                "documentType": "biddingDocuments",
                "description": "d. PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8241",
                "format": "application/pdf"
            },
            {
                "id": "A-8242",
                "documentType": "biddingDocuments",
                "description": "e. WSCC S278/38/17 B",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8242",
                "format": "application/pdf"
            },
            {
                "id": "A-8243",
                "documentType": "biddingDocuments",
                "description": "f. ASSET SEARCH - ALL POINTS FIBRE [39524903]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8243",
                "format": "application/pdf"
            },
            {
                "id": "A-8244",
                "documentType": "biddingDocuments",
                "description": "g. ASSET SEARCH - SGN [39524903]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8244",
                "format": "application/pdf"
            },
            {
                "id": "A-8245",
                "documentType": "biddingDocuments",
                "description": "h. ASSET SEARCH - UKPN [39524903]",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8245",
                "format": "application/pdf"
            },
            {
                "id": "A-8246",
                "documentType": "biddingDocuments",
                "description": "2. Schedule of Works",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8246",
                "format": "application/pdf"
            },
            {
                "id": "076228-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/076228-2025",
                "datePublished": "2025-11-21T19:48:03Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}