Concept Masterplan for West Burton Campus

Complete

Value

£300,000

Classifications

  • Architectural, engineering and planning services
  • Urban planning and landscape architectural services
  • Urban environmental development planning

Tags

  • tender

Submission Deadline

1 year ago

Published

1 year ago

Description

UKAEA is looking to appoint a suitably qualified supplier who will work with the STEP team and its suppliers to support the preparation of the concept masterplan for STEP on the West Burton site in the period before the UKIFS partnership is fully formed and as an important contributor to the first phase of the DCO process.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

INFRASTRUCTURE DEVELOPMENT AT CRINGLE DOCK WASTE TRANSFER STATION, SW8

This procurement exercise will be split into two lots, suppliers may bid for either one or both lots: Lot 1 - WASTE AND ENGINEERING CONSULTANCY SERVICES WRWA is seeking Technical Waste and Engineering support with the replacement of its Cringle Dock Waste Transfer Station, to include discussions with stakeholders, assessment of options, design and access plans, consents and permits, procurement of a construction contract, construction management and supervision, and implementation to support the achievement of ‘steady state’ operations at the future redeveloped Cringle Dock. The scope of this contract covers Waste and Engineering consultancy services. To expand, the services shall entail assisting the Authority with: • Overall facility design including waste and other supporting infrastructure; • Mechanical, civil, structural, geotechnical, utilities and other engineering disciplines as appropriate. • Fire protection measures to satisfy insurance requirement. • Environmental permitting; and • Development, co-ordination, management, and submission of engineering, technical, and permitting documentation as appropriate • Further scope of the works is as detailed in the documents provided as Volume Two. • The successful Tenderer must undertake all preparatory work and must commence full service provision under the Contract on the Commencement Date. • Please refer to the Specifications at Volume Two for further details. Lot 3 - ARCHITECT CONSULTANCY SERVICES WRWA is seeking Architectural support with the replacement of its Cringle Dock Waste Transfer Station. The adviser must act as WRWA’s Concept Guardians throughout the life of the project, to ensure the successful delivery of new infrastructure including the look, feel, and performance standards established by WRWA. The scope of this contract covers Architectural consultancy services. To expand, the services shall entail assisting the Authority with: • Concept Architect - (Riba Stages 0-3) Brief preparation, conceptual design of external appearance including development colour scheme from palate of materials (already specified within the DCO), conceptual layout and features, conceptual constructability, evaluation and approval of detailed designs, monitoring of detailed design implementation, approval of final finish. • Executive Architect - (Riba Stages 4-7) Detailed design for external and/or internal appearance as required in accordance with defined colour scheme and material palate including specification of materials and method of installation, ensuring constructability design, costing of detailed design, and implementation of detailed design, handover and use. While the consultant will act as the Concept Architect throughout the appointment, the successful Architect will only act as Executive Architect for those elements of the WRWA’s infrastructure development works which are developed under a traditional construction contract where WRWA directly employs a designer and construction contractor.

Katy Reed

Published 1 hour ago
Open

Engineering & Regeneration Professional Services Framework

Hull City Council (The Authority) is seeking tenders from interested organisations for the Engineering & Regeneration Professional Services Framework. The Authority is developing an Open Framework which will consist of a range of Suppliers and specialisms to provide Engineering and Regeneration Professional Services. The tender is an open tender procedure consisting of one stage process. The contract is anticipated to commence 1st February 2026 ending by 31st January 2033. Further information regarding opening and closing of Frameworks is contained within Tender documentation (ITT Part 1) and will comply with Chapter 4, Section 49 of the Procurement Act 2023. The The Authority has estimated the value of the Services to be approximately £11,500,000.00 per annum. The estimated value is given in good faith to assist tenderers in making their submissions, it should not be interpreted as an undertaking to purchase any goods, services or works to any particular value by the Authority and does not form part of the Contract. The Framework will be divided into following Lots: Lot 1a - Bridges and Structures Planned Programme Delivery. Lot 1b - Bridges and Structures General Professional Services. Lot 1c - Complex Bridges Lot 2 – Highways and Civil Engineering. Lot 3a – Building Construction. Lot 3b - Housing Strategy and Appraisal Services. Lot 4a - Economic and Financial Modelling. Lot 4b - Valuation and Benchmarking Works. Lot 5 – Quantitative and Qualitative Project Output Analysis. Lot 6 – Heritage and Conservation. Lot 7 – Multi-disciplinary Team and Project Delivery (Bridges, Highways and Civil Engineering and Building Construction). Lot 8 - Decarbonisation of Council Buildings and Land - Site assessment and Feasibility. Further information is contained within the tender documentation. Please ensure all tender submission documents are completed as detailed. Incomplete bids will be eliminated from further process.

Katy Reed

Published 2 hours ago
Open

Planning Consultant for South Tyneside Council

In March 2025, South Tyneside Council's Planning Committee refused planning permission for the development proposed in application ST/1109/21/FUL, which proposed the following: Demolition of existing buildings and erection of 202 residential units (Use Class C3) including vehicular access from Cleadon Lane, associated infrastructure and landscaping. Planning permission was refused, contrary to Planning Officer advice for the following reason:. The Local Planning Authority considers that the proposed development, by virtue of the increased foul drainage discharges that it would generate into a sewerage system in respect of which regulators have raised concerns regarding non-compliance with the Urban Waste Water Treatment Regulations (UWWTR) due to excessive Combined Storm Overflow (CSO) spills to the environment, would not contribute to or enhance the natural and local environment but would conversely contribute further to currently unacceptable levels of water pollution resulting in harm to both human health and biodiversity. Accordingly, and where it cannot be assumed in these circumstances that the pollution control regime governing the handling of wastewater is operating effectively as set out in Paragraph 201 of the National Planning Policy Framework (NPPF), and where such adverse impacts would significantly and demonstrably outweigh the benefits, the proposals are contrary to Paragraph 187 of the NPPF, Policies EB1, EB3, EB5 and EB7 of the East Boldon Neighbourhood Plan, Policies EA3 and EA5 of the South Tyneside LDF Core Strategy, Policy DM7 of the South Tyneside LDF Development Management Policies DPD and, Policies SP1, 1, 3, 11, SP21 and 34 of the Publication draft South Tyneside Local Plan. In June 2025 the developer, Avant Homes, submitted an appeal (ref: APP/A4520/W/25/3367464) against the Council's decision and where they sought determination of the appeal by way of public inquiry. Following representations from both the Council and the developer's agent, the Planning Inspectorate has decided that the appeal will be determined by way of an informal hearing. The Council, therefore, requires an RTPI-accredited planning consultant to defend the Council's decision at appeal.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete