Loading page content…
Loading page content…
98 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Architectural Services RIBA Stages 1-7 and acting as Lead Designer
£7,645,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link Additional information: Tender Clarification Number 3 in response to tender query. 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 in the Invitation to Tender. Separate notices have already been issued on Find a Tender / Contracts Finder 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 these scopes have not been removed as 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.
£225,000
Contract value
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.
£225,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link Additional information: Tender Clarification Number 4 - Box link for submission of tenders included below https://app.box.com/f/4f9a0aab217a4b7a8865778f2e7bca92 This link is to be used for tender submissions and is timed to close in line with the closing date published in the ITT and notice. Note Tenders are not to be sent via BPA website or direct to any BPA email addresses. Tender Clarification Number 3 in response to tender query. 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 in the Invitation to Tender. Separate notices have already been issued on Find a Tender / Contracts Finder 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 these scopes have not been removed as 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.
£225,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link
£225,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link
£225,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link Additional information: Tender Clarification Number 5 - following tender questions. Q1. The PI insurance requirement is stated as £10M, but this seems very high in relation to the likely value of the landscape works, therefore can this be revised down, to £5M or preferably £2M? A1. It was considered that £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 Number 4 - Box link for submission of tenders included below https://app.box.com/f/4f9a0aab217a4b7a8865778f2e7bca92 This link is to be used for tender submissions and is timed to close in line with the closing date published in the ITT and notice. Note Tenders are not to be sent via BPA website or direct to any BPA email addresses. Tender Clarification Number 3 in response to tender query. 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 in the Invitation to Tender. Separate notices have already been issued on Find a Tender / Contracts Finder 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 these scopes have not been removed as 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 Number 2 following tender question. Q2. Regarding the £225,000 fee listed in the Contracts Finder notice, could you kindly provide further clarification if this fee is 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 Number 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.
£225,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link Additional information: Tender Clarification Number 2 in response to tender query. Q1. Regarding the £225,000 fee listed in the Contracts Finder notice, could you kindly provide further clarification if this fee is associated with the landscape architect's services only. If this is not the case, could you clarify the fee for the landscape architect's services? A1. The £225,000 fee listed relates to the budget anticipated construction costs (excluding VAT) for the landscaping works as described in the workstreams FLD1 and FLD2. The works required are as detailed in the FLD1 and FLD2 workstreams with the services required being detailed in the Invitation to Tender scope of services.
£225,000
Contract value
Landscape Architect services for workstreams FLD1 and FLD2. All as detailed in the Invitation to Tender link
£225,000
Contract value
Quantity Surveying Services RIBA Stages 0 - 7 across multiple workstreams as described in the Invitation to Tender
£6,853,633
Contract value
Project Management and Contract Administrator Services for multiple workstreams as described in the Invitation to Tender
£5,881,896
Contract value
Mechanical, Electrical and Public Health Building Consultancy Services RIBA Stages 0 - 7 across multiple workstreams as described in the Invitation to Tender
£6,634,000
Contract value
Theatre, Lighting and Seating design services RIBA Stages 0 - 7
£4,205,000
Contract value
Planning and Heritage Consultancy services RIBA Stages 0 - 7
£6,723,364
Contract value
Structural Engineering Services RIBA Stages 0 - 7 across multiple workstreams as described in the Invitation to Tender
£6,602,633
Contract value
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) Additional information: 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. Tender Clarification Number 1 following tender query. Q1. Could you confirm the deadline for submission to the ITT for this opportunity please. The contract notices states 5pm on 5 February, but the ITT states noon on 2 February. A1. The closing date is confirmed as 2nd February noon as the ITT. The notice has been updated to reflect this. Tender Clarification Number 2 following tender query. Q1. In the table on p53 of the ITT, is the 'Sustainability and energy engineer' (SEE) the same person as the 'Sustainability consultant' (i.e., is it the role that is being procured here)? A1. Yes this is the role being procured and is the same discipline. Q2. Where the design is stated to be the joint responsibility of the SEE and the architect/MEPH engineer, are they expecting that the SEE will have a team of detailed technical design engineers to provide a depth of technical input, or that the SEE will steer the overall ambition and strategy only and the MEPH will do all detailed design? A2. Appendix B2 Scope of Services identifies the responsibilities. It is anticipated the Sustainability Consultant will work with the MEPH consultant and for the Sustainable elements provide the detailed technical design and depth of technical input. For all other elements of the MEPH works the Sustainability Consultant will have input into ensuring the design meets the sustainable objectives. This is all set out in the Scope of Services document.
£1,930,000
Contract value
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 6 Q1. What is the proposed fee for the sustainability consultant services? A1. It is for the tenderers to advise the fee to undertake the requirements set out. Q2. Is the £1,930,000 the RIBA Stage 0 - 7 budget for all four workstreams CH2, HR1, HR2, HR3? A2. Yes total budget construction cost excluding VAT. Q3. 3.11 mentions the requirement to carry out a full site inspection / site survey of existing fabric, finishing. fittings etc. Would energy audits be required? A3. Previous audits can be made available post appointment and to be updated as necessary to undertake the scope of services set out Q4. Embodied carbon calculations are not mentioned. Is our assumption that this is not required right? A4. Previous calculations can be made available post appointment and to be updated as necessary to undertake the scope of services set out Tender Clarification 5 Q1. Selection Questionnaire and Quality Response ask for three case studies. Can we use the same case studies A1. We have no objection to the same case studies being used Tender Clarification 4 Box link included above for tender submissions Tender Clarification 3 Q1. Only one tender needs to be submitted. Including resourcing, key team members etc for each lot A1. Only one tender is needed per notice so for Sustainability only 1 tender is needed to cover for all the workstreams contained therein (CH2, HR1, HR2, HR3) Q2. We do not need to be part of an Architectural led team to submit a bid? A2. Tenders are being sought for each discipline separately, with separate direct appointment being made and do not need to be part of an Architectural led team to submit. Tender Clarification 2 Q1. In the table on p53 of the ITT, is the 'Sustainability and energy engineer' (SEE) the same person as the 'Sustainability consultant' (i.e., is it the role that is being procured here)? A1. Yes this is the role being procured and is the same discipline. Q2. Where the design is stated to be the joint responsibility of the SEE and the architect/MEPH engineer, are they expecting that the SEE will have a team of detailed technical design engineers to provide a depth of technical input, or that the SEE will steer the overall ambition and strategy only and the MEPH will do all detailed design? A2. Appendix B2 Scope of Services identifies the responsibilities. It is anticipated the Sustainability Consultant will work with the MEPH consultant and for the Sustainable elements provide the detailed technical design and depth of technical input. For all other elements of the MEPH works the Sustainability Consultant will have input into ensuring the design meets the sustainable objectives. This is all set out in the Scope of Services document. Tender Clarification 1 Q1. Confirm deadline for submission. Contract notices states 5pm on 5 February, but the ITT states noon on 2 February. A1. Closing date is confirmed as 2nd February noon as the ITT. The notice has been updated to reflect this.
£1,930,000
Contract value
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) Additional information: 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. Tender Clarification Number 1 following tender query. Q1. Could you confirm the deadline for submission to the ITT for this opportunity please. The contract notices states 5pm on 5 February, but the ITT states noon on 2 February. A1. The closing date is confirmed as 2nd February noon as the ITT. The notice has been updated to reflect this.
£1,930,000
Contract value
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) Additional information: Tender Clarification Number 5. Q1. Both the Selection Questionnaire and Quality Response ask for three case studies. Can we use the same case studies for both questions, or do they have to be all different/only one or two overlapping case studies are allowed? A1. We have no objection to the same case studies being used. Tender Clarification Number 4. Box link included below for submission of Tenders https://app.box.com/f/5ca1c4dcde0e41d8926165582265fb97 This link is to be used for tender submissions and is timed to close in line with the closing date published (2nd February Noon as Tender Clarification Nr 1 - see below). Note Tenders are not to be sent via BPA website or direct to any BPA email addresses. Tender Clarification Number 3 following tender queries. Q1. Only one tender needs to be submitted. Including resourcing, key team members etc for each lot A1. Only one tender is needed per notice so for Sustainability only 1 tender is needed to cover for all the workstreams contained therein (CH2, HR1, HR2, HR3) Q2. We do not need to be part of an Architectural led team to submit a bid? A2. Tenders are being sought for each discipline separately, with separate direct appointment being made and do not need to be part of an Architectural led team to submit. Tender Clarification Number 2 following tender query. Q1. In the table on p53 of the ITT, is the 'Sustainability and energy engineer' (SEE) the same person as the 'Sustainability consultant' (i.e., is it the role that is being procured here)? A1. Yes this is the role being procured and is the same discipline. Q2. Where the design is stated to be the joint responsibility of the SEE and the architect/MEPH engineer, are they expecting that the SEE will have a team of detailed technical design engineers to provide a depth of technical input, or that the SEE will steer the overall ambition and strategy only and the MEPH will do all detailed design? A2. Appendix B2 Scope of Services identifies the responsibilities. It is anticipated the Sustainability Consultant will work with the MEPH consultant and for the Sustainable elements provide the detailed technical design and depth of technical input. For all other elements of the MEPH works the Sustainability Consultant will have input into ensuring the design meets the sustainable objectives. This is all set out in the Scope of Services document. Tender Clarification Number 1 following tender query. Q1. Could you confirm the deadline for submission to the ITT for this opportunity please. The contract notices states 5pm on 5 February, but the ITT states noon on 2 February. A1. The closing date is confirmed as 2nd February noon as the ITT. The notice has been updated to reflect this. 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.
£1,930,000
Contract value
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 Clarifications numbers 1 - 6 included as link document see above 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,
£1,930,000
Contract value
Showing 1–20 of 98 contracts