Contract

Waterfront Strategy

  • Liverpool City Council

F03: Contract award notice

Notice identifier: 2024/S 000-021847

Procurement identifier (OCID): ocds-h6vhtk-04212b

Published 16 July 2024, 2:22pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

Cunard Building, Water Street

Liverpool

L3 1DS

Contact

Mr Joseph Lynam

Email

Joseph.Lynam@liverpool.gov.uk

Telephone

+44 1512330589

Country

United Kingdom

Region code

UKD72 - Liverpool

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Place Making & Policy


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Waterfront Strategy

Reference number

DN701841

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

Liverpool City Council would like to procure the services of a highly experienced and exceptional consultancy team, which has both international and local recognition, to produce a Waterfront Strategy. The Strategy should reimagine the city’s iconic Waterfront, building upon its fundamental intrinsic value. It will set a creative and ambitious vision for its evolution, to ensure future transformation creates successful neighbourhoods, helping local communities and the wider city thrive.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £195,530

two.2) Description

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

The Strategy will need to understand and respond to the context and character of the Waterfront and should:

1. Set a creative and ambitious Vision for Liverpool’s Waterfront, reinforcing its international status and position on the world stage. The strategy should be seen as an opportunity or invitation to reimagine the area of the waterfront, building upon its intrinsic value and consider how it could be transformed to help the city thrive.

2. Provide a more detailed planning framework to deliver a joined up, innovative and collaborative approach to the continued regeneration and development of Liverpool’s waterfront area, maximising investment opportunities; delivering quality place-making and ensuring current and future proposals are cognisant of one another.

3. Deliver excellence in quality of place that responds to distinctiveness and character of each dock area.

4. Maximise connectivity north/south along the Waterfront and address east/west connectivity to maximise the benefit of waterfront regeneration with adjacent neighbourhoods and ensure connectivity between key waterfront attractions and investment.

5. Support healthier lifestyle choices and positive health and well-being outcomes.

6. Consider measures for enhancing linkages/ permeability/legibility, including for walking, cycling and public transport, public realm, public art, way marking, environmental improvements, green infrastructure to create a sense of place along the Waterfront.

7. Set out an approach for enhancing the appropriate use of water spaces and water resources for recreational uses – reconnecting people with the water both physically and emotionally, whilst also ensuring protection of European and nationally important habitat sites.

8. Ensure the conservation and enhancement of the significance of the City’s heritage assets and support the interpretation of the historic environment.

9. Deliver sustainable, creative and innovative solutions to addressing the impact of climate change and increasing sustainability.

10. Inspire quality of place and reinforce the waterfront as a great location for business, homes, play, culture and tourism.

two.2.5) Award criteria

Quality criterion - Name: Technical Questions / Weighting: 70

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Total cost / Weighting: 20

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 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: 2023/S 000-035557


Section five. Award of contract

Contract No

DN701841

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 April 2024

five.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BDP

Manchester

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £196,000

Total value of the contract/lot: £195,530


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Liverpool City Council

Liverpool

Country

United Kingdom