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
Telephone
+44 1202128989
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
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