Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
PO Box 100, County Hall, Fishergate
Preston
PR10LD
Contact
CAS Team
casprocurement@lancashire.gov.uk
Telephone
+44 17725534966
Country
United Kingdom
Region code
UKD4 - Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lancashire.gov.uk/isupplier/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.lancashire.gov.uk/isupplier/
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
East Lancashire's Levelling Up Fund
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Levelling Up Fund is part of the UK governments 'levelling up' agenda which aims to address the country's regional economic disparities.
East Lancashire's Levelling Up Fund (LUF) programme will cover various schemes incorporating themed interventions in East Lancashire focussing on safer, greener, healthier streets, and accessible and vibrant town centres.
The four districts of East Lancashire to benefit from the programme of work include Burnley, Hyndburn, Pendle and Rossendale. This tender is split into 4 Lots, based on these geographical areas.
A single contractor will be appointed to each Lot and will be required to undertake the full package of works for that Lot.
The maximum number of Lots a tenderer can be successful for is 2.
The award of contracts is subject to approval of funding from the Department for Transport. No award or contractual commitment will be made by Lancashire County Council for any Lot, until the final approval for the project and funding is confirmed.
two.1.5) Estimated total value
Value excluding VAT: £24,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1 - Burnley
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lot 1 - Burnley includes works for accessible and vibrant town centres and safer, greener healthier streets.
The works include improvements to the town centre and the surrounding area to offer a more balanced streetscape and improve the experience of people visiting the town.
Works for the safer, greener, healthier streets include a range of public realm interventions which will create vibrant communities by rebalancing the streets to make more people friendly places and encourage community cohesion, walking, cycling for short journeys and offer improved connectivity to public transport and less reliance on cars.
The full Scope of requirements including detail for the sectional completion for the different elements of the works are detailed in the tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
52
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) Description
two.2.1) Title
Lot 2 - Hyndburn
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lot 2 - Hyndburn includes works for safer, greener, healthier streets.
Works for the safer, greener, healthier streets include a range of public realm interventions which will create vibrant communities by rebalancing the streets to make more people friendly places and encourage community cohesion, walking, cycling for short journeys and offer improved connectivity to public transport and less reliance on cars.
The full Scope of requirements including detail for the sectional completion for the different elements of the works are detailed in the tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
52
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) Description
two.2.1) Title
Lot 3 - Pendle
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lot 3 - Pendle includes works for and safer, greener, healthier streets.
Works for the safer, greener, healthier streets include a range of public realm interventions which will create vibrant communities by rebalancing the streets to make more people friendly places and encourage community cohesion, walking, cycling for short journeys and offer improved connectivity to public transport and less reliance on cars.
The full Scope of requirements including detail for the sectional completion for the different elements of the works are detailed in the tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
52
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) Description
two.2.1) Title
Lot 4 - Rossendale
Lot No
4
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lot 4 - Rossendale includes works for accessible and vibrant town centres and safer, greener, healthier streets.
The works include improvements to the town centre and the surrounding area to offer a more balanced streetscape and improve the experience of people visiting the town.
Works for the safer, greener, healthier streets include a range of public realm interventions which will create vibrant communities by rebalancing the streets to make more people friendly places and encourage community cohesion, walking, cycling for short journeys and offer improved connectivity to public transport and less reliance on cars.
The full Scope of requirements including detail for the sectional completion for the different elements of the works are detailed in the tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
52
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
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-024847
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
4 April 2025
Local time
12:00pm
Changed to:
Date
29 April 2025
Local time
4:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
4 April 2025
Local time
12:15pm
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
Royal Courts of Justice - The High Court
London
WC2A 2LL
Country
United Kingdom