Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Copeland Borough Council
The Copeland Centre, Catherine Street
Whitehaven
CA28 7SJ
UK
Telephone: +44 1946598300
E-mail: caroline@colander.co.uk
NUTS: UKD11
Internet address(es)
Main address: https://www.colander.co.uk/architectural-competitions/colander-competitions/iron-line-millom-cumbria
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38949
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.colander.co.uk/architectural-competitions/colander-competitions/iron-line-millom-cumbria
Additional information can be obtained from another address:
Colander Associates Ltd
Hill House, Fox Hill
London
SE19 2XA
UK
E-mail: ironline@colander.co.uk
NUTS: UKI61
Internet address(es)
Main address: https://www.colander.co.uk/architectural-competitions/colander-competitions/iron-line-millom-cumbria
Tenders or requests to participate must be sent electronically to:
https://www.colander.co.uk/architectural-competitions/colander-competitions/iron-line-millom-cumbria
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
Iron Line, Millom, Cumbria
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Copeland Borough Council (CBC), led by the Millom Town Deal Board, is delighted to have been awarded a sizeable grant from the government’s Town Deal, to deliver a transformational programme of investment and development for the Millom and Haverigg area. The purpose of the funding is to drive long term economic and productivity growth, through investment in connectivity, land use, economic assets (including cultural assets), skills and enterprise infrastructure.
Millom is a peninsular town in South West Cumbria. Together with the adjacent coastal settlement of Haverigg, it is home to 7,300 residents and serves a large rural catchment of some 11,500 residents. Millom’s growth was founded on the discovery of iron ore in Hodbarrow in the mid 19th Century, however since the closure of the mines in 1968, the town has been left without a clear economic purpose. Today, Millom is struggling to maintain a vibrant and viable town centre offer. It is the intention to use the Town Deal grant to facilitate economic growth, through a place making initiative celebrating the town's exceptional natural environment, and so, underpin a thriving and resilient community through sensitive public realm design, heritage, and culture.
Millom has a unique and breathtaking setting, framed by the Lake District fells, the Duddon Estuary and the Irish Sea. It is this natural setting and the industrial heritage of the iron works at Hodbarrow that are the catalysts for ambitious plans to drive sustainable economic growth across the area, by creating thriving independent businesses and a distinctive culture, arts and tourism offer, in close proximity to the UNESCO heritage site that is the Lake District National Park.
The awarded funding is for four interlinked projects, each of which has been selected by the local community, which together form the Town Investment Plan:
1. The Iron Line
2. Reactivating heritage buildings
3. Activating community health
4. Connecting Millom and Haverigg
This competition addresses one of these projects: the Iron Line.
The Iron Line is conceived as one element in South Copeland’s tourism offer, a day out for visitors but somewhere to return to because of its natural beauty and the quality of its educational and commercial offers. The aim of the Iron Line is to transform the area around the unique coastal lagoon at Millom into a recreational attraction that fuses ecology,heritage and culture within this fully inclusive natural green space.
As a point of difference, the project must embellish and support Millom’s reputation as a fully accessible place to visit, work and live, facilitating health and wellbeing within the local population and helping to attract the ‘purple pound’ with a positive approach to accessibility for all. The Iron Line will target all ages and provide a multi-sensory experience so everyone can participate and enjoy the unique setting.
However, perhaps the most important issue for any design team will be the balance between nature and humans – how can the critical need for economic prosperity and development to support the local population be balanced with the sanctity of the natural setting on this important piece of England’s natural coastline.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71400000
71420000
90721100
45220000
92312000
II.2.3) Place of performance
NUTS code:
UKD11
Main site or place of performance:
Millom, Cumbria
II.2.4) Description of the procurement
This is a competition to find the right design team with whom a sensitive yet stimulating intervention can be created within an area of extraordinary natural beauty, close to the Cumbrian Lake District. It is not a competition to identify a design solution for the project, this will be created through a collaborative design process with stakeholders, once the team has been appointed. The client will follow a restricted procedure pursuant to Regulation 28 PCR 2015 to procure its design team. The competition is being run as a 2-stage competition, following public sector procedures:
Stage 1: Expressions of interest using the Standard Questionnaire
Stage 2: Shortlisting and Invitation to Tender
The competition is being managed, on behalf of Copeland Borough Council, by Colander Associates. This means that Colander is the point of contact for competitors and all communications must be channelled through Colander, via the email address: ironline@colander.co.uk
The client is looking for a design-led team of diverse and complementary consultants that can collectively create and deliver a confident and forward-looking design for this project: one that reflects the sensitivity of the natural environment while encouraging economic and community growth.
The winning team will be able to address landscape design; placemaking; planning and contextual considerations; wayfinding; interventions to historic structures; inclusive design; public safety and security; and inter-disciplinary design delivery to cost and programme, alongside effective political and stakeholder engagement, to help bring the project to fruition.
It is not the intention to specify how teams are structured, nor which professions are included in the team. However, the design team will require both gravitas and experience, alongside radical thinking and persuasive ideas. that resonate with the locality. Teams are therefore encouraged to come together with both established and emerging organisations, with complementary skills.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The client is looking for a design-led team of diverse and complementary consultants that can collectively create and deliver a confident and forward-looking design for this project: one that reflects the sensitivity of the natural environment while encouraging economic and community growth. Inclusion is at the heart of the project and this should be reflected in the approach that the team takes.
The winning team will be able to address landscape design, placemaking, planning and contextual considerations, wayfinding, interventions to historic structures,architecture, civil and structural engineering, cost analysis, inclusive design, public safety and security, and inter-disciplinary design delivery to cost and programme, alongside effective political and stakeholder engagement, to help bring the project to fruition. Crucially, the team will have the experience and appreciation of working within a highly designated site and the unique approach to conservation and environmental enhancement this will entail. It is not a requirement for teams to include a planning consultant, however teams should have the expertise to be able to submit a successful Planning Application.
The design team will require both gravitas and experience, alongside radical thinking and persuasive ideas. Teams are therefore encouraged to come together with both established and emerging organisations, with complementary skills. It is expected that the creative leadership within the team will be founded in landscape design. However, the lead consultant, as identified in the Standard Questionnaire, may not necessarily be the landscape designer.
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
Restricted 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:
21/10/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
29/10/2021
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: 48 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
(MT Ref:223754)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
21/09/2021