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.

Contract Notice

For the provision of Design, Remediation and Construction Works for Barrow Waterfront, Barrow

  • First published: 28 March 2024
  • Last modified: 28 March 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-044d6d
Published by:
Westmorland and Furness Council
Authority ID:
AA83929
Publication date:
28 March 2024
Deadline date:
01 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Tender concerns Phase Two of Marina Village. The Council wishes to appoint a design and build contractor to remediate the site to broadly the same standard as Phase 1 and to install some associated enabling infrastructure on the site to assist future housing suppliers to develop the site for 808 homes (Phase 1 and Phase 2 together). Please refer to the Scope for further information.

Contractual Context

(a) This ITT is for a two staged procurement to identify a Contractor to undertake the Works identified in the Schedule 2 (Scope relating to the design and remediation/construction of the Barrow Waterfront Phase Two site in Barrow, Cumbria).

(b) The 2 stages are:

• Stage 1: Design Services (including, but not limited to surveys, investigations, reporting, planning, communications and costings) within an NEC4 Option A Engineering and Construction Contract (ECC).

• Stage 2: Construction Works (delivery of the remediation strategy and infrastructure designs as agreed at the end of Stage 1) within an NEC4 Option A Engineering and Construction Contract (ECC).

(c) For Stage 1, the Contractor will enter into a NEC4 Option A Engineering and Construction Contract (ECC) with the Council (Client) and undertake the services outlined in the Scope.

(d) The Contractor will, as part of the Scope of Stage 1, undertake any necessary supplementary investigations, studies, assessments, etc., produce all drawings and specification for the works; and secure all necessary consents and approvals. The Contractor will, among other things, provide a pre-construction information (PCI) document as well as an updated priced activity schedule for discussion and acceptance at the end of Stage 1. For further Details please refer to the Scope.

(e) If the Client accepts the Stage 1 design and price, the Contractor will be asked to provide the Stage 2 works by entering into a Stage 2 Engineering and Construction Contract with the Client.

(f) For the avoidance of doubt, the initial contract will be for the provision of Stage 1 only. The Client has no contractual obligation to commit to entering into the Stage 2 Engineering and Construction Contract and at its sole discretion may seek to end or reprocure the project at the end of Stage 1.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Westmorland and Furness Council

South Lakeland House, Lowther Street

Kendal

LA9 4DQ

UK

Contact person: Ms Gwyneth Timson

Telephone: +44 1768212268

E-mail: procurement2@westmorlandandfurness.gov.uk

NUTS: UKD12

Internet address(es)

Main address: https://www.westmorlandandfurness.gov.uk/

Address of the buyer profile: https://www.westmorlandandfurness.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.the-chest.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.the-chest.org.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

For the provision of Design, Remediation and Construction Works for Barrow Waterfront, Barrow

Reference number: DN717053

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This Tender concerns Phase Two of Marina Village. The Council wishes to appoint a design and build contractor to remediate the site to broadly the same standard as Phase 1 and to install some associated enabling infrastructure on the site to assist future housing suppliers to develop the site for 808 homes (Phase 1 and Phase 2 together). Please refer to the Scope for further information.

Contractual Context

(a) This ITT is for a two staged procurement to identify a Contractor to undertake the Works identified in the Schedule 2 (Scope relating to the design and remediation/construction of the Barrow Waterfront Phase Two site in Barrow, Cumbria).

(b) The 2 stages are:

• Stage 1: Design Services (including, but not limited to surveys, investigations, reporting, planning, communications and costings) within an NEC4 Option A Engineering and Construction Contract (ECC).

• Stage 2: Construction Works (delivery of the remediation strategy and infrastructure designs as agreed at the end of Stage 1) within an NEC4 Option A Engineering and Construction Contract (ECC).

(c) For Stage 1, the Contractor will enter into a NEC4 Option A Engineering and Construction Contract (ECC) with the Council (Client) and undertake the services outlined in the Scope.

(d) The Contractor will, as part of the Scope of Stage 1, undertake any necessary supplementary investigations, studies, assessments, etc., produce all drawings and specification for the works; and secure all necessary consents and approvals. The Contractor will, among other things, provide a pre-construction information (PCI) document as well as an updated priced activity schedule for discussion and acceptance at the end of Stage 1. For further Details please refer to the Scope.

(e) If the Client accepts the Stage 1 design and price, the Contractor will be asked to provide the Stage 2 works by entering into a Stage 2 Engineering and Construction Contract with the Client.

(f) For the avoidance of doubt, the initial contract will be for the provision of Stage 1 only. The Client has no contractual obligation to commit to entering into the Stage 2 Engineering and Construction Contract and at its sole discretion may seek to end or reprocure the project at the end of Stage 1.

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD12

II.2.4) Description of the procurement

(a) Site Background

Barrow Waterfront (historically known as Marina Village) is a 25-hectare brownfield site in Barrow-in-Furness on the north side of Buccleuch Dock (Site). The Site currently consists of an area of unused open scrubland within the central area of the site. Towards the northwest of the Site, there are commercial premises around Cavendish Dock Road and hardstanding areas along the northern boundary with Salthouse Road.

The adopted Barrow Borough Local Plan identifies this Site as a strategic housing allocation and is one of the largest housing sites within the new Westmorland and Furness Authority.

The Site is in a prominent location, situated close to the town centre and major employment sites such as BAE Systems located on Barrow Island, the Waterfront Business Park and the Port of Barrow.

Almost all of the Site is in Westmorland and Furness Council’s ownership; however, as noted above, a small number of land parcels are in private ownership and negotiations with the third-party landowners are currently in progress with the aim of securing the acquisition of these by agreement.

Most of the Site was originally claimed from tidal flat deposits in the mid-19th century by upfilling, reportedly using dredged material from Walney Channel, during the construction of the adjacent dock system. The Site was subsequently developed as railway land, with railway sidings, and works present within the central areas of the site, and a timber yard within the southern area of the Site. The railway sheds, works and associated infrastructure were demolished in the 1980s with much of the Site remaining as open unused land since that time.

The redevelopment of Barrow’s waterfront was a long-held ambition for Barrow Borough Council spanning more than two decades. Success has been realised through the completion of the Waterfront Business Park on Barrow Island, and the attraction of major offshore wind investors to the Port of Barrow, however, progress stalled on the major housing allocation following the 2008 recession and public spending austerity measures.

Realisation of this element will deliver significant change on the Site itself and deliver wider benefits in terms of investor confidence to the rest of the town. As such, it is a vital part of Barrow’s wider regeneration agenda. The project has come more sharply into focus with the development of Team Barrow and the ongoing discussions with Government around how the Town and wider geography can best support BAE Systems’ delivery of key defence infrastructure.

Significant progress has been made in the past two years in assembling the funding package required to address site complexities and unlock the potential for development. Significant funding was secured to allow the remediation works of Phase One of the Site to be successfully delivered.

This Tender concerns Phase Two of Marina Village. The Council wishes to appoint a design and build contractor to remediate the site to broadly the same standard as Phase 1 and to install some associated enabling infrastructure on the site to assist future housing suppliers to develop the site for 808 homes (Phase 1 and Phase 2 together). Please refer to the Scope for further information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 57.5

Quality criterion: Finance / Weighting: 2.5

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 16 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers wishing to express an interest and obtain access to the tender documents should

go to www.the-chest.org.uk and click on current opportunities from the navigation area on

the left of the screen. On the next screen enter the contract Reference (DN717053) in the

box labelled 'contains' then click search. Click on the blue link for the contract title to view

the opportunity. To express an interest you will need to login. if you are not already

registered on the www.the-chest.org.uk you will need to return to the home page and click

on Register. Register FREE link in the navigation area on the left of the screen. Registration is

free of charge and your username and password will be emailed to you.

Westmorland and Furness Council is fully supportive of all aspects of diversity including

ethnicity, race, religion, age, disability and sexual orientation. In this respect Westmorland

and Furness Council welcomes expressions of interest from ethnic minority, disabled and

other diverse business communities and the voluntary sector. Economic operators are

therefore required to fully comply with all statutory obligations/applicable legislation and

there will be a requirement to participate in the Authority's supplier audits on all aspects of

diversity.

The Contracting Authority expressly reserves the right:

(i) not to award any contract as a result of the procurement process commenced by

publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering

competition; and in no circumstances will the Contracting Authority be liable for any costs

incurred by the candidates. If the Contracting Authority decides to enter into a Contract with

the successful supplier, this does not mean that there is any guarantee of subsequent

contracts being awarded. Any expenditure, work or effort undertaken prior to contract award

is accordingly a matter solely for the commercial judgement of potential suppliers. The

Contracting Authority reserve the right to use any electronic portal during the life of the

agreement. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this contract. Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

London

UK

VI.5) Date of dispatch of this notice

27/03/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

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:
procurement2@westmorlandandfurness.gov.uk
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.