Loading page content…
Loading page content…
Loading contract search results…
5 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Torpoint Integrated Transport Active Network (TITAN) is the outcome of a Transport Regeneration Survey conducted by Cormac (Enclosure 1) in partnership with Cornwall Council, Antony Estate, Mount Edgcumbe Estate, Maker with Rame Parish Council and Torpoint Town Council. The regeneration survey was funded by a Town Vitality Funding Bid and Torpoint Town Council. The survey is attached to this bid for completeness (Enclosure 2). The survey demonstrates the general communications and public transportation problems that the Rame Peninsula and Torpoint suffers from. An increase in the number of roads, infrastructure and public transportation is highly unlikely in the Peninsula given its rural setting, Area Of Nature Beauty and protected areas. Therefore, given its geographical separation and topographic issues it is clear an integrated transport approach is essential. The project will support those who live here, as well as enable access to jobs, services, training and education. The feasibility studies that this project will build upon the TITAN report to ensure the existing infrastructure can be integrated with the creation of the 6 mobility hubs described in the report. All six initial hubs have been suggested their creation should be within the Rame Peninsula taking into account land ownership. TITAN brings forward the opportunity to connect the dislocated communities together, by integrating its cycle networks and footpaths and it supports public transport opportunities. The network proposed is designed to account for significant origin and destination travel patterns, future increased visitor numbers (National Marine Park and Cruise Liner Terminal) and it capitalises on the latest technology. The revealed potential for the development of water-based travel in the area (Growth Fund Bid for Rendel Pier) is also incorporated into the regeneration strategy, alongside the integration of existing bus services to provide much improved communications across the area. The aim of the feasibilities is to determine the size and location of the Hubs based upon services to allow an initial design to be created, identify risks and issues, alongside connectivity to public transport routes and determine delivery costs. The ITT is part of a grant funded application process and therefore procurement will be subject to grant approval of the project. We will assess tenders received on a Most Economically Advantageous Tender.
From £50,000
Contract value
Torpoint is the principal urban area (population of 7.5K) for the Rame Peninsula, providing the area's main convenience retail offer, some comparison shopping, a local food and drink offer and minor community and leisure facilities. There are key visitor attractions on the peninsula including Mount Edgcumbe House and Park, Antony House and Gardens and the villages of Cawsand and Kingsand. This project represents the second phase of redevelopment for the town with the first phase of moving the police out of and demolishing the current building on the site firmly underway. This is being achieved through grant funding from the One Public Estate and the Brown Field Release Scheme. The aim of the feasibility is to determine the size, location and design of a solution to the key requirements that the town has and enable economic growth and regeneration. An understanding of potential costs, risks, issues and opportunities to allow an initial design to be created, with an understanding of delivery routes and delivery costs. It is highly likely that the feasibility study will be used as the main evidence in any future bids for central government funding for example a bid under Levelling up Funding Round 3. As such the report should be sufficiently detailed to enable a bid of this nature. The ITT is part of a grant funded application process and therefore procurement will be subject to grant approval of the project. We will assess tenders received on a Most Economically Advantageous Tender. Application details available on the portal.
From £55,000
Contract value
This package of work represents the development of the detailed design for the community hub and associated accommodation as well as the detailed design for the Public Town Square for the town of Torpoint, in South East Cornwall. A separate RIBA 3 report will be required for both elements. Both elements will run concurrently and the timeline to achieve them is critical to the success of the project. Grant Funding is paying for the delivery of both reports. The Project will constitute a combined community and housing development overlooking the River Tamar, adjacent to the Ferry Lanes and at the base of the main shopping street in the Town alongside the creation of a public open space in the form of a town square adjacent to the community hub. The focus must be on the ability to deliver a development with the community building at its centre with a clear understanding of potential cost. Both of these reports will support Torpoint and help them manage their way through local government funding and the detailed design must reflect this. The combination of the two reports will describe the centre of the Torpoint community for the future. Whilst the overall site is a significant development this quotation seeks to complete the detailed design (RIBA 3) study for the new community building and accommodation at the lower end of Fore Street on the site detailed in Enclosure 4. The requirement also includes a separate detailed design (RIBA 3) study for the Public Open Space detailed in the Masterplan at Enclosure 3. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The tenderer is to supply: i) A RIBA 3 Detailed Design for the community hub and the associated accommodation shown in the RIBA 2 Feasibility study . AND ii) A RIBA 3 Detailed Design for the Public Square. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The studies should include: a. Design studies and testing; b. Costing exercise to include professional fees and associated fixtures furnishings and equipment alongside potential Information Communication Technology (ICT) to reflect the evolved design and ensure budget viability; c. Reports on collaboration Architects and engineers are to demonstrate all aspects of design are integrated and practical with specific reference to the surrounding public realm and the coordination of activity between the two RIBA 3 studies; d. All recommendations from consultants are to be included including risks, issues, opportunities and dependencies; e. Outline planning application preparation and submission for both studies including all relevant documentation, drawings required for submission; f. Evidence that the designs meet building regulations and any other relevant requirements; g. A costed and refined final proposal; h. Any specific specifications, innovative design, or construction ideas; i. Advice on any specific consultants or specialists that may be required for the future as well as any specific surveys or actions that may be required to develop the plan to full planning approval; j. Potential delivery routes and programme for delivery (under an No Cost Extension contract); k. Construction strategy and timetable; l. Feedback and timetable of public consultations and statutory consultee discussions and actions. 3.3 The tender should contain Cost Breakdown for delivery by task and member of staff. 3.4 The tender should provide materials suitable to be displayed to the public as part of any consultation Torpoint Town Council might wish to undertake. Allowance should be made for a public consultation event in the town both inside and outside of the working day. Milestone Dates: - 1. Date Invitation to Tender (ITT) available on Contracts Finder 21st March 2025 2. Last date for raising queries - 1200 2nd April 2025 3. Last date for responses to clarifications to queries - 1700 3rd April 2025 4. Deadline to return ITT - 1200 6th May 2025 5. Evaluation of ITT - 7th May 2025 6. Evaluations reviewed by Town Team Project Board and recommendation made to Torpoint Town Council 12th May 2025 7. Award of Contract - 16th May 2025 8. Start Meeting - 30th May 2025 9. Two draft Reports ready for review - 6th October 2025 10. Torpoint Town Project Board presentation and review - 13th October 2025 11. Final two Reports Submission (Hard Deadline) - 13th November 2025 12. Full Torpoint Town Council Review of Reports 21st November 2025 The tender report submission should be completed in a PDF format and must be accompanied by: Covering letter (two sides of A4 maximum) to include: a. A single point of contact for all contact between the tenderer and Torpoint Town Council during the tender selection process, and for further correspondence. b. Confirmation that the tenderer has the resources available to meet the requirements outlined in this brief and its timelines this is a hard deadline. c. Confirmation that the tenderer holds current valid insurance policies as set out below and, if successful, supporting documentation will be provided as evidence: i. Professional Indemnity Insurance with a limit of indemnity of not less than one million (£1,000,000), ii. Employers Liability Insurance with a limit of indemnity of not less than two million (£2,000,000) iii. Public Liability Insurance with a limit of indemnity of not less than two million (£2,000,000). d. Conflict of interest statement. e. Torpoint Town Council has adopted a Climate Emergency Action Plan and requires as part of this procurement, information on how your organisation demonstrates its support for 'green initiatives'. Examples of two other similar projects for the mixed use element plus two projects of a public realm public square project that have been completed that demonstrate the ability and experience of the team being proposed (one side of A4 maximum per example). Please focus on the mixed use nature of the scheme and the cost / route for delivery. CV's of all relevant members of the team (one side of A4 maximum per CV). Programme of work. Clear articulation of any exemptions. Breakdown of expected costs and budget. The total maximum budget available for this commission is £190,000.00 (exc VAT), but inclusive of all expenses.
£190,000
Contract value
The work is for the design, supply and installation of appropriate groundworks, materials, equipment and associated works relevant to the site which should comply to the appropriate British or European Standards, mainly BS EN 1177 and BS EN 1176. If there is evidence that the work does not confirm to the required standard and as a result the materials or workmanship are substandard, unsafe or require replacement or repair, this will be completed at the cost of the Contractor. The Town Council would like to install a minimum of three different pieces of accessible play equipment into Cambridge Field and/or Borough Farm Play Park. The equipment preferences would be selected from the list below: i) 1 x small trampoline; ii) 1 x inclusive / wheelchair roundabout iii) 1 x inclusive / wheelchair user park swing, iv) Sensory play equipment. Detailed quotations must be provided for each individual item of accessible play equipment proposed. Each item should be suitable for use by both able-bodied users and individuals with additional physical, sensory, or cognitive needs. Descriptions should include: • Manufacturer and model details • Intended age range • Inclusive features and accessibility considerations • Materials used and expected durability/lifespan • Any relevant safety certifications or compliance standards Visual Representation To aid the council in visualising the equipment in context, tenderers must include high-quality images of each proposed piece of equipment installed in real-world settings. Photographs from previous installations are preferred. Please do not rely solely on renderings or graphic representations. 3.4 Pricing and Associated Costs Quotations must provide a full breakdown of costs for: • Each piece of play equipment • Installation of each piece, including any groundwork or preparatory work • Landscaping adjustments needed to support installation • Safety surfacing (e.g., rubber matting, mulch) required for compliance • Any other relevant or optional costs clearly labelled All prices should be VAT exclusive, delivery, and any other surcharges, and should be clearly itemised to distinguish between supply and installation costs. 3.5 Additional Path Installation In addition to the supply and installation of accessible play equipment, the Town Council invites optional quotations for the construction of an accessible pathway in Cambridge Field. This path should connect the gate at the corner of Wellington Street and Kempton Terrace to the flat area at the bottom of the field, as shown in yellow on the Photo of Cambridge Field from above. Quotations should include: • Proposed path design, surface materials, and dimensions • Method of installation and any ground preparation • Drainage considerations • Accessibility compliance (e.g., slope, surface texture, width) • Associated costs, itemised as above. 4. Budget 4.1 The council currently has an allocated budget of £30,000 for the supply and installation of all the play equipment, however it will consider a 15% increase on this, subject to the right proposals. The council has not allocated a budget for the supply and installation of the additional path 4.2 The quotation for 3.5 above will assist the council with future planning and will not influence the outcome of this tender. 4.3 The council will consider the constraints for all elements of the tender and will look at affordability when reviewing submissions.
£30,000
Contract value
The outcome of this Tender will be to identify and select a single Contractor to take the Project forward from consultation to a final design and a completed installed concrete skatepark, to suit the needs of the local young people whilst taking into account a range of ages, abilities and wheels, e.g. scooters, skateboards and BMX, and also taking account of the site constraints. This Tender aims to select a Contractor based upon examples of previous work, financial viability, Health & Safety procedures, skills, experience of working with Councils and Community Groups and expertise to deliver a fully funded project from start to finish within budget. The Applicant is required to provide value for money, use local suppliers where possible, deliver added value, cause minimum disturbance to the community whilst delivering a durable, well designed concrete skatepark built to a high quality that suits the needs of the local young people and adheres to the Authority's requirements. The Applicant must include a breakdown of costs for the Project proposal, including; i) Consultation sessions with local young people ii) Creation of 3D visuals iii) Topographical survey iv) Services searches v) Support with obtaining Planning Permission (cost of application and any surveys requested will be covered by the Council) vi) Project management - H&S and CDM compliance vii) Provision of JCT Minor Works 2016 with Contractors Design documentation viii) Creation of detailed design engineering drawings ix) Preliminaries x) Groundworks & drainage xi) Steelworks xii) Concrete xiii) Ancillary items (seating, bins, sign) xiv) RoSPA Post Installation inspection xv) Launch event xvi) Any other items (please detail) 2.2 The Contractor will be required to run a minimum of two consultation events with local young people on dates to be agreed. 2.3 It is planned for the skatepark to be completed and opened by Easter 2027 subject to Planning Permission being granted and funds being in place. 2.4 The Contractor will be required to support the Council with the preparation of documentation for a Planning Application. The Council will submit the application and pay the fees to the Planning Authority. Any surveys specifically requested by Planning will be paid for by the Council outside of the tender sum. 2.5 The Contractor must meet the requirements of the JCT Contract, take account of any planning conditions and demands that the Council includes within the project management process. 2.6 The Contractor must not exceed the maximum budget for the project which is £400,000.00 excluding VAT. 2.7 All submissions are required to complete and submit the enclosed Selection Questionnaire.
£400,000
Contract value