Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Chelmer Waterside Residential Development Scheme in Chelmsford

  • First published: 22 August 2025
  • Last modified: 22 August 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04fff6
Published by:
Chelmsford City Council
Authority ID:
AA22447
Publication date:
22 August 2025
Deadline date:
26 September 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Chelmsford City Council (“the Council”) is seeking to award a development opportunity to invest in and deliver a residential-led mixed use scheme integrating new homes, ancillary leisure & commercial spaces, community facilities with vibrant public realm spaces taking full advantage of the water frontage.The site known as Chelmer Waterside comprises approximately 6.33 hectares (15.63 acres) and is formed on three land parcels at a prominent city centre location. The site is estimated to be capable of accommodating a development in the region of 770 to 1,000 new homes and the development outputs are expected to be delivered in phases. The Council requires that 35% of the total number of houses delivered across the site to be affordable homes. The Council may require the developer to offer rights of first refusal (or similar options) to acquire the affordable housing to CHP as the Council’s nominated housing association purchaser.The scheme will also involve demolition works, land decontamination remediation works at a former gasworks site, delivering a car parking solution, promoting and selling developed assets as well as securing the implementation of an estate management strategy agreed with the Council.The developer will be required to deliver a comprehensive skills and training programme as part of the Council’s social value requirements for this project. The estimated development value of the scheme is between £200 to £250 million. However, potential returns will depend on many commercial factors including (but not limited to) the performance of the developer and market conditions. Bidders should seek independent legal and commercial advice in relation to the development potential of the site and the potential value of the opportunity.This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023.The development agreement is a concession contract with the delivery of works as its primary subject matter. The range of other works and services that will or may be required are indicated by the CPV codes below.The competitive flexible procedure may include negotiation at any stage.The Council reserves the right to rely on Section 24 of the Procurement Act 2023 to refine award criteria.The Council intends to shortlist up to 3 suppliers with the highest scoring Procurement Specific Questionnaire (“PSQ”) responses to participate in the tender stages of the competitive flexible procedure. The 3 shortlisted suppliers will be invited participate in the dialogue and negotiation phase and then submit final tenders. The supplier with the most advantageous tender will be invited to participate in the preferred bidder stage to confirm commitments in its tender.The Council will use an online portal at https://www.delta-esourcing.com/respond/4FX69D524H (“the Portal”) to make associated tender documents available to suppliers. Suppliers requesting to participate in this procurement competition are also required to submit their completed PSQs through the Portal.The following associated tender documents are being provided with the publication of this tender notice to provide further information about the procurement and are available on the Portal:Tender Notice-Procurement Specific Questionnaire (“PSQ”)-Invitation to Submit Draft Solutions (“ISDS”)-Memorandum of Information (“MOI”)-Heads of Terms (“HoTs”)-Financial Model-Redline PlanThe following associated tender documents will be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure:-Information regarding CHP-Development Agreement Terms-Funding arrangements with Homes England-Invitation to Submit Final Tenders (“ISFT”)-Selected reports and information relating to the site will also be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive

Full notice text

Scope

Procurement reference

CCC/2025/WATERSIDE

Procurement description

Chelmsford City Council (“the Council”) is seeking to award a development opportunity to invest in and deliver a residential-led mixed use scheme integrating new homes, ancillary leisure & commercial spaces, community facilities with vibrant public realm spaces taking full advantage of the water frontage.

The site known as Chelmer Waterside comprises approximately 6.33 hectares (15.63 acres) and is formed on three land parcels at a prominent city centre location.

The site is estimated to be capable of accommodating a development in the region of 770 to 1,000 new homes and the development outputs are expected to be delivered in phases.

The Council requires that 35% of the total number of houses delivered across the site to be affordable homes.

The Council may require the developer to offer rights of first refusal (or similar options) to acquire the affordable housing to CHP as the Council’s nominated housing association purchaser.

The scheme will also involve demolition works, land decontamination remediation works at a former gasworks site, delivering a car parking solution, promoting and selling developed assets as well as securing the implementation of an estate management strategy agreed with the Council.

The developer will be required to deliver a comprehensive skills and training programme as part of the Council’s social value requirements for this project.

The estimated development value of the scheme is between £200 to £250 million. However, potential returns will depend on many commercial factors including (but not limited to) the performance of the developer and market conditions. Bidders should seek independent legal and commercial advice in relation to the development potential of the site and the potential value of the opportunity.

This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023.

The development agreement is a concession contract with the delivery of works as its primary subject matter. The range of other works and services that will or may be required are indicated by the CPV codes below.

The competitive flexible procedure may include negotiation at any stage.

The Council reserves the right to rely on Section 24 of the Procurement Act 2023 to refine award criteria.

The Council intends to shortlist up to 3 suppliers with the highest scoring Procurement Specific Questionnaire (“PSQ”) responses to participate in the tender stages of the competitive flexible procedure. The 3 shortlisted suppliers will be invited participate in the dialogue and negotiation phase and then submit final tenders. The supplier with the most advantageous tender will be invited to participate in the preferred bidder stage to confirm commitments in its tender.

The Council will use an online portal at https://www.delta-esourcing.com/respond/4FX69D524H (“the Portal”) to make associated tender documents available to suppliers.

Suppliers requesting to participate in this procurement competition are also required to submit their completed PSQs through the Portal.

The following associated tender documents are being provided with the publication of this tender notice to provide further information about the procurement and are available on the Portal:

Tender Notice

-Procurement Specific Questionnaire (“PSQ”)

-Invitation to Submit Draft Solutions (“ISDS”)

-Memorandum of Information (“MOI”)

-Heads of Terms (“HoTs”)

-Financial Model

-Redline Plan

The following associated tender documents will be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure:

-Information regarding CHP

-Development Agreement Terms

-Funding arrangements with Homes England

-Invitation to Submit Final Tenders (“ISFT”)

-Selected reports and information relating to the site will also be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=973428178

Main category

Works

Delivery regions

  • UKH36 - Heart of Essex

Total value (estimated)

250000000.00 GBP Excluding VAT

250000000.00 GBP Including VAT

Contract dates (estimated)

09 February 2026, 00:00AM to 01 January 2032, 23:59PM

Contracting authority

Chelmsford City Council

Identification register:

  • GB-PPON

Address 1: Civic Centre, Duke Street

Town/City: Chelmsford

Postcode: CM1 1JE

Country: United Kingdom

Public Procurement Organisation Number: PYRZ-1467-WNJW

NUTS code: UKH36

Contact name: Emma Till

Email: procurement@chelmsford.gov.uk

Telephone: 01245606606

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Concession

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 31158000 - Chargers
  • 31681500 - Rechargers
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45112330 - Site-reclamation work
  • 45112340 - Soil-decontamination work
  • 45112700 - Landscaping work
  • 45210000 - Building construction work
  • 45211100 - Construction work for houses
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211360 - Urban development construction work
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213100 - Construction work for commercial buildings
  • 45213312 - Car park building construction work
  • 45213316 - Installation works of walkways
  • 45221113 - Footbridge construction work
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45231100 - General construction work for pipelines
  • 45231223 - Gas distribution ancillary work
  • 45233100 - Construction work for highways, roads
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233200 - Various surface works
  • 45233260 - Pedestrian ways construction work
  • 45233293 - Installation of street furniture
  • 45233294 - Installation of road signals
  • 45233340 - Foundation work for footpaths
  • 45246000 - River regulation and flood control works
  • 45246100 - River-wall construction
  • 45246200 - Riverbank protection works
  • 45247100 - Construction work for waterways
  • 45261215 - Solar panel roof-covering work
  • 45310000 - Electrical installation work
  • 51110000 - Installation services of electrical equipment
  • 51214000 - Installation services of parking meter equipment
  • 65300000 - Electricity distribution and related services
  • 70000000 - Real estate services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 70121100 - Building sale services
  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 70332100 - Land management services
  • 71200000 - Architectural and related services
  • 71247000 - Supervision of building work
  • 71313000 - Environmental engineering consultancy services
  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71421000 - Landscape gardening services
  • 71500000 - Construction-related services
  • 73220000 - Development consultancy services
  • 90712100 - Urban environmental development planning
  • 90715110 - Gasworks site investigation

Delivery regions

  • UKH36 - Heart of Essex

Lot value (estimated)

250000000.00 GBP Including VAT

Contract start date (estimated)

09 February 2026, 00:00AM

Contract end date (estimated)

01 January 2032, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Please see the Procurement Specific Questionnaire (“PSQ”) for details of the conditions of participation.

The PSQ is available to download through the Portal.

Suppliers wishing to apply to participate in the competitive flexible procedure must submit a completed PSQ through the Portal by 12 noon on 26 September 2025

Conditions

Economic

Conditions of participation

Please see the Procurement Specific Questionnaire (“PSQ”) for details of the conditions of participation.

The PSQ is available to download through the Portal.

Suppliers wishing to apply to participate in the competitive flexible procedure must submit a completed PSQ through the Portal by 12 noon on 26 September 2025

Award criteria

Type: quality

Name

High Level Scheme Concept

Weighting: 12.5

Weighting type: percentageExact

Type: quality

Name

Achieving Successful Placemaking

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Integrating Proposed Uses

Weighting: 7.5

Weighting type: percentageExact

Type: quality

Name

Planning Approach

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Delivery Plan and Programme

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Project Management

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Public and Stakeholder Engagement

Weighting: 5

Weighting type: percentageExact

Type: cost

Name

Total Financial Offer

Weighting: 12.5

Weighting type: percentageExact

Type: cost

Name

Assumptions and Evidence Provided

Weighting: 12.5

Weighting type: percentageExact

Type: cost

Name

Funding Proposal

Weighting: 5

Weighting type: percentageExact

Type: cost

Name

Overage Proposal

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Legal

Weighting: 10

Weighting type: percentageExact

Award criteria

Type: quality

Name

High Level Scheme Concept

Weighting: 12.5

Weighting type: percentageExact

Type: quality

Name

Achieving Successful Placemaking

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Integrating Proposed Uses

Weighting: 7.5

Weighting type: percentageExact

Type: quality

Name

Planning Approach

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Delivery Plan and Programme

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Project Management

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Public and Stakeholder Engagement

Weighting: 5

Weighting type: percentageExact

Type: cost

Name

Total Financial Offer

Weighting: 12.5

Weighting type: percentageExact

Type: cost

Name

Assumptions and Evidence Provided

Weighting: 12.5

Weighting type: percentageExact

Type: cost

Name

Funding Proposal

Weighting: 5

Weighting type: percentageExact

Type: cost

Name

Overage Proposal

Weighting: 5

Weighting type: percentageExact

Type: quality

Name

Legal

Weighting: 10

Weighting type: percentageExact

Contract terms and risks

Payment terms

Payment terms (UK4_137): In addition to payments being made within 30 days for valid, undisputed invoices that are not for concession contracts, utilities contracts awarded by private utilities, or contracts awarded by schools. You may also describe the processes for submitting invoices and dealing with disputed invoices:

Description of risks to contract performance

The Council considers that the following are known risks which, if they were to materialise, could prevent the satisfactory performance of the development agreement for the Council and require a subsequent modification to the public contract under paragraph 5 of Schedule 8 to the Procurement Act 2023.

The known risk of hazardous substances, structural issues and ground conditions being discovered at the site could increase costs or lead to a delay in the programme that could potentially require a variation or addition to the works and/or services to satisfactorily perform the development agreement. The severity and impact of such factors may not be known until after the commencement of the development agreement, the completion of surveys or the works are underway.

Chelmsford City Council is subject to the English Devolution White Paper which will lead to local government re-organisation potentially during the term of this contract. This has now moved on to proposals in the  English Devolution and Community Empowerment Bill. This risk is defined as a known unknown risk as we do not yet understand the implications of that potential re-organisation.

Submission

Expression of interest deadline

26 September 2025, 12:00PM

Enquiry deadline

12 September 2025, 12:00PM

Date of award of contract

02 February 2026, 23:59PM

Submission address and any special instructions

https://www.delta-esourcing.com/respond/4FX69D524H

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
45210000 Building construction work Works for complete or part construction and civil engineering work
71315200 Building consultancy services Building services
70121100 Building sale services Building sale or purchase services
71315300 Building surveying services Building services
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
31158000 Chargers Ballasts for discharge lamps or tubes
45000000 Construction work Construction and Real Estate
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45231000 Construction work for pipelines, communication and power lines Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45247100 Construction work for waterways Construction work for dams, canals, irrigation channels and aqueducts
71500000 Construction-related services Architectural, construction, engineering and inspection services
45233162 Cycle path construction work Construction, foundation and surface works for highways, roads
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
73220000 Development consultancy services Research and development consultancy services
70112000 Development of non-residential real estate Development services of real estate
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
45310000 Electrical installation work Building installation work
65300000 Electricity distribution and related services Public utilities
71314300 Energy-efficiency consultancy services Energy and related services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
45211341 Flats construction work Construction work for multi-dwelling buildings and individual houses
45221113 Footbridge construction work Construction work for bridges and tunnels, shafts and subways
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45233340 Foundation work for footpaths Construction, foundation and surface works for highways, roads
45231223 Gas distribution ancillary work Construction work for pipelines, communication and power lines
90715110 Gasworks site investigation Pollution investigation services
45231100 General construction work for pipelines Construction work for pipelines, communication and power lines
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
45233293 Installation of street furniture Construction, foundation and surface works for highways, roads
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51214000 Installation services of parking meter equipment Installation services of measuring equipment
45213316 Installation works of walkways Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
70332100 Land management services Non-residential property services
71420000 Landscape architectural services Urban planning and landscape architectural services
71421000 Landscape gardening services Landscape architectural services
45112700 Landscaping work Excavating and earthmoving work
45211340 Multi-dwelling buildings construction work Construction work for multi-dwelling buildings and individual houses
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
45233260 Pedestrian ways construction work Construction, foundation and surface works for highways, roads
70000000 Real estate services Construction and Real Estate
31681500 Rechargers Electrical accessories
70331000 Residential property services Property management services of real estate on a fee or contract basis
45246000 River regulation and flood control works Construction work for water projects
45246200 Riverbank protection works River regulation and flood control works
45246100 River-wall construction River regulation and flood control works
45112330 Site-reclamation work Excavating and earthmoving work
45112340 Soil-decontamination work Excavating and earthmoving work
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
71247000 Supervision of building work Architectural, engineering and planning services
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
90712100 Urban environmental development planning Environmental planning
71410000 Urban planning services Urban planning and landscape architectural services
45233200 Various surface works Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.