Tender

East Lancashire's Levelling Up Fund

  • Lancashire County Council

F02: Contract notice

Notice identifier: 2025/S 000-006264

Procurement identifier (OCID): ocds-h6vhtk-048876

Published 20 February 2025, 2:25pm



The closing date and time has been changed to:

29 April 2025, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

PO Box 100, County Hall, Fishergate

Preston

PR10LD

Contact

CAS Team

Email

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