Tender

Bournemouth Pier Structural Works

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice identifier: 2025/S 000-001870

Procurement identifier (OCID): ocds-h6vhtk-04d4a7

Published 20 January 2025, 1:46pm



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Council, Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Procurement

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

Region code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.3) Communication

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

https://www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bournemouth Pier Structural Works

Reference number

DN755872

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

two.1.5) Estimated total value

Value excluding VAT: £8,750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

A

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Start date

1 May 2025

End date

31 December 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

two.2) Description

two.2.1) Title

Lot No

B

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Start date

1 May 2025

End date

31 December 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

two.2) Description

two.2.1) Title

Lot No

C

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Start date

1 May 2025

End date

31 December 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer to procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

28 February 2025

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

28 February 2025

Local time

2:00pm

Information about authorised persons and opening procedure

All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

Strand

London

WCA 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

Bournemouth Christchurch and Poole Council

Bournemouth

BH2 6DY

Country

United Kingdom