Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link
Additional information: Tender Clarification 6
Q1. The Landscape Consultant's Appointment also makes provision for collateral warranty agreements. Our commercial and legal team would need to have sight of any collateral warranty agreements before entering into those.
A1. Agreement to the principle of a CW is required with wording to be agreed.
Q2. How many meetings are anticipated per Workstage, to allow for client steering group meetings and project team / design team meetings?
A2. Not defined as necessary to complete the scope of services.
Q3. Are we to assume that the project will take just over 1 year to RIBA STAGE 7 with practical completion in summer 2025 and base all RIBA stages on this timeframe?
A3. Appendix H contains an indicative timeline subject to adjustment.
Q4. What form of works contract are you intending to use - JCT, NEC or another form?
A4. JCT standard form is anticipated.
Q5. Is a drainage engineer included under the civils role or do you require a specialist in natural flood management for FLD1?
A5. Specialist Flood design is by the Internal Drainage Board (Environment agency) so not needed. No a drainage engineer is not included.
Q6. Would a Landscape Management and Maintenance Plan be required?
A6. No reference to Landscape Management plan is made - Maintenance is covered under scope of services 7.12.
Tender Clarification 5
Q1. The PI insurance requirement is stated as £10M, can this be revised down, to £5M or preferably £2M?
A1. £5M would not be adequate cover as it does not just relate to project value and the level of £10M set provided the cover necessary and therefore adjustment to a lower level is not acceptable
Tender Clarification 4 - Box link for submission of tenders included above
Tender Clarification 3
Q1. Are you looking for a team that includes theatre consultant and MEP services or will these be tendered separately?
A1. The Landscape Architects appointment relates only to the Landscape Architect roles for workstreams as described. Separate notices have been issued for other consultant disciplines and they will be appointed directly by BPA
Q2. Are scope FLD1 & 2 removed (from) the Architect's lots as appointing Landscape Architect separately?
A2. No the Architect / Lead Designer Lots 1 & 2 includes a responsibility to manage / coordinate these workstreams also albeit the Landscape design will be by the Landscape Architect
Tender Clarification 2
Q2. Regarding the £225,000 fee listed in the Contracts Finder notice, is this fee associated with the landscape architect's services only?
A2. The £225,000 relates to budget construction value excluding VAT for the Landscape services only
Tender Clarification 1 - clarified that this ITT relates to RIBA stages 0-7 rather than 1 - 7.
The workstreams are subject to funding being secured along with planning permission and listed building consent being obtained. The works will be signed off to proceed at each RIBA works stage subject to these variables.
Sustainability Consultant services relating to developing the Clients sustainable objectives and particular support with workstreams CH2 / HR1 / HR2 and HR3 as described in the Invitation to Tender (these being 4nr workstreams of a total of 15nr workstreams making up the capital programme)
The workstreams are subject to funding being secured along with planning permission and listed building consent being obtained. The works will be signed off to proceed at each RIBA works stage subject to these variables.
Additional information: Tender Clarification Number 9
An issue has been identified with the Appendix H pricing schedule affecting the summary sheet of the collection page. To deal with this an updated schedule has been included as an additional document above
Tender Clarification Number 8
Q1. Is there a Word version of the ITT?
A1. We are not providing alternative format for any documents.
Tender Clarification Number 7
Q1. The level of PI for a scheme of this size seems disproportionate for consultants not providing design services - would PI £5m liability be accepted?
A1. No, the level of PI is not just relating to the projected budget construction value of over £5M and was set at £10M and will not be reduced.
Q2. Would you consider removing the requirement to provide a Parent Company Guarantee as this also seems disproportionate?
A2. No, this is a requirement set out in the ITT and is not to be removed,
Tender Clarifications numbers 1 - 6 included as link document see above
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender
Additional information: Tender Clarification Nr 8
An issue has been identified with the Appendix H pricing schedule affecting the summary sheet of the collection page, so if the old version is filled in, the values still carry over to the page, but the last phase is not included in the totals. To deal with this an updated schedule has been included as an additional document above
Q1 The Acoustics scope does not include the CH2 package of works which includes the ventilation works. It would seem that acoustics should be part of the review and design of this work. Can you confirm that the CH2 should be included in our service?
A1 CH2 is not currently part of the Acoustic workstream. Whilst ventilation works are envisaged it is only currently the remote plant that is likely to be upgraded and therefore not envisaged to alter the current acoustic characteristics so CH2 is not included.
Q2 The front page of the acoustic document indicates that the acoustic services are expected on the following design packages CH1, CH3, BP1 and AC1.
That being said, the Appendix B2 scope of services seems to include the acoustic design of air handling system that is part of the CH2 package. Could you please let me know if this item is included or not in the scope?
A2 Appendix B2 refers to Concept Design on strategy for the air handling system and it is not envisaged that the system is needing redesign under CH2 it is establishing the concept design and its potential to impact on the acoustic review / works under CH1
Pre-Construction Health & Safety Consultant services for workstreams CH1, CH2, CH3, BP1, FLD1, FLD2, HR1, HR2, HR3, AC1, AC2, AC3, AC4, AD1, AD2 all as described in the Invitation to Tender. To include Principal Designer role also.
Additional information: Tender Clarification Number 4
An issued has been identified with the Appendix H pricing schedule affecting the summary sheet of the collection page, so if the old version is filled in, the values still carry over to the page, but the last phase is not included in the totals. To deal with this an updated schedule has been included as an additional document above or alternatively a manual adjustment to the formula to correct can be made
Tender Clarification Number 3 - Updated ITT (section 2.4.1) and scope of services in link above to reflect the role / requirements included in the Building Safety Regulations 2023.
Tender Clarification Number 2
Q1. We have reviewed the documents and note that the notice is separated out into four individual projects each under £2.5M construction cost, and that the notice states it is suitable for SMEs. We further note that insurance levels are set at £10M for Professional Indemnity and Public Liability, and that you have set a question asking if we would be prepared to obtain cover to these levels if our bid is successful. Can you please advise if we would be excluded from the opportunity by answering 'No' to the uplift to our insurance levels?
A1. The Works are not separated into four individual projects they are only set out like this in the pricing schedule to help us allocate for differing funding streams. The works are broken down into 15 workstreams and whilst the appointment will be for all workstreams they will be progressed and possibly contracted separately and will be signed off at each RIBA stage subject to funding availability, planning and listed building consent. The £10M requirement is a pre requisite for appointment so £10M cover is required.
Tender Clarification Number 1 following Tender query.
Q1. Could we please have the ITT document in Word format?
A1. We are not providing any of the documents in alternative format.
The workstreams are subject to funding being secured along with planning permission and listed building consent being obtained. The works will be signed off to proceed at each RIBA works stage subject to these variables.
Mechanical, Electrical and Public Health Building Consultancy Services RIBA Stages 0 - 7 across multiple workstreams as described in the Invitation to Tender