Loading page content…
Loading page content…
39 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender Additional information: Tender Clarification number 3 in response to tender query. Q1. This just shows the Acoustic consultants ITT and pricing schedule, unless I am missing something. What is the requirements for the Architect lead? A1. This ITT relates to Acoustic Consultant appointment. Multiple other consultant disciplines including Architect have been separately advertised (via Find a Tender and Contracts Finder website) as they are being procured separately and will be appointed individually. Architectural Services appointment and the documents for this discipline were contained in the Find a Tender Original Notices under section 1.3) Communication as a drop box link - if you received the notice via a third party rather than Find a Tender directly then the link may not have carried through. Details below will allow you to locate the Architectural Services documents. Original Notice https://www.find-tender.service.gov.uk/Notice/037202-2023 Tender Clarification Nr 1 https://www.find-tender.service.gov.uk/Notice/037918-2023 Tender Clarification Nr 2 https://www.find-tender.service.gov.uk/Notice/000011-2024 Tender Clarification Nr 3 https://www.find-tender.service.gov.uk/Notice/000091-2024 You may also wish to register with Find a Tender and Contracts Finder for other disciplines being advertised and also any notice updates.
£4,925,000
Contract value
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
£4,925,000
Contract value
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender Additional information: Tender Clarification Number 7 Q1 Are you able to provide design and construction programme at this stage? A1 Appendix H Timeline provides an indicative schedule for each of the RIBA stages / workstreams Q2 Is the project targeting any specific sustainability accreditation (eg BREEAM)? A2 No BREEAM targeting is sought Q3 Significant work (typically as expected at RIBA Stage 0 / 1) appears to have been undertaken. The scope of works also provides for RIBA Stages 0/1. Does this project require consultancy for Stages 0/1, or will design work commence from Stage 2 Concept Design? A3 Whilst previous studies may have been done the aim is to start at Stage 0 and re-establish the brief Q4 Has any noise and vibration surveying taken place for the project? A4 No recent noise and vibration surveying has taken place Q5 Does the project require one or several submissions for planning, typically undertaken at RIBA Stage 3? A5 Each workstream may have separate planning applications Q6 Is the contract envisaged to be undertaken as a traditional or Design & Build Contract? A6 Traditional with elements of Contractors Design Q7 The Scope of work details requirement for consulting at RIBA Stage 6 Handover. Will there be a requirement for acoustic testing? A7 We anticipate acoustic testing will be required to deliver the scope of services Q8 It is not typical for the acoustics consultant to be part of RIBA Stage 7. We would like to clarify if this is specifically needed by the project? A8 All disciplines are anticipated to be involved at stages 0 - 7 including acoustician Q9 Some scope elements appear to be outside of the typical responsibilities of an acoustics consultant (for example: Specialist lighting as referenced in Stage 1). Are we permitted to provide commentary on the scope of works as part of our submission? A9 It is expected you would input relating to your specialism only, a separate lighting consultant is to be appointed. We are not looking to alter the scope of services Q10 The scope appears to be heavily focused on the auditorium, however the proposal appears to suggest input to all the workstreams. Please can you clarify the extent to which acoustic input is required for the wider referenced buildings and spaces? A10 CH1 & CH3 deal with the Concert Hall. BP1 relates to the Britten Pears Building which includes the recital room and practice rooms which will need acoustic input. AC1 will require minimum sounds levels for building regulations. All will require acoustician input Tender Clarification Number 6 Q1 Reviewing the Acoustic ITT for this scheme and was wondering if you are able to provide a Word version of the Potential Supplier Information? A1 We are not providing any 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
£4,925,000
Contract value
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender Additional information: Tender Clarification Number 6 Q1. Reviewing the Acoustic ITT for this scheme and was wondering if you are able to provide a Word version of the Potential Supplier Information? A1. We are not providing any 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
£4,925,000
Contract value
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender Additional information: Tender Clarification 5 Q1. Can we have a copy of the Brief? A1. The proposed scope of the Capital Programme (Appendix C) describes the works but the appointment is intended to cover RIBA Stage 0 - 7 so feasibility and establishing the brief are part of the early activities Q2. Could you please provide a copy of the drawings (plans, sections and elevations)? A2. We are not providing any further information. Whilst previous reports and documents may be available some are over 10 years old, may not be current and cannot be relied upon. Post appointment the intention is for the appointed team to establish the brief / feasibility studies and then develop the information as new, up to date information Tender Clarification 4 Box link included above for submission of Tenders Tender Clarification 3 Q1. This just shows the Acoustic consultants ITT and pricing schedule. What is the requirements for the Architect lead? A1. This ITT relates to Acoustic Consultant appointment. Multiple other consultant disciplines including Architect have been separately advertised (via Find a Tender and Contracts Finder website) and are being procured separately and will be appointed individually Tender Clarification 2 Q1. What is the construction value of all 4 projects (CH1; CH3; BP1 and AC1)? A1. It is 1 programme (not 4) with multiple workstreams. Appendix H pricing schedule shows a combined budget construction value (excl VAT) of £4,925,000 Q2. We hold Professional Indemnity Insurance of £5 million not £10 million. Will this be acceptable for this contract? A2. The level of £10M was set as it does not just relate to project value and we will not be looking to adjust this Q3. Can you make available the following? A) Charcoal Blue/Haworth Tomkins report re CH1 Acoustic Treatments and B) section 2.4.1 of the ITT document Specification/Scope of Services references studies that have been undertaken relative to Concert Hall Acoustics. A3. We are not making any other documents available. Tender Clarification Number 1 Q1. Can subcontracting be utilized for specific components of the project? Are there any restrictions or guidelines we should be aware of in relation to subcontracting? A1. The ITT Section 4 award question 1 allows you to identify your team and any subcontracts / sub appointments Q2. Our company has recently commenced trading, resulting in limited financial history. How does the procurement process accommodate companies with a short financial trading history? A2. ITT Part 3 Selection Question 5.1 sets out how to respond if you cannot provide two years audited accounts. Q3. Could you please provide the estimated value of the contract? A3. ITT Appendix H provides the budget construction cost (excl VAT) for the workstreams at £4,295,000. 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
£4,925,000
Contract value
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender Additional information: Tender Clarification number 1 in response to questions raised: Q1. Sub contracting: Can subcontracting be utlised for specific components of the project? Are there any restrictions or guidelines we should be aware of in relation to subcontracting? A1. Please refer to the ITT Section7 Technical and Professional Ability, sub section 7.3 where it allows for identification of subcontracting intentions. Section 4 Award Questions 1a) requests you include details of the proposed team including sub-contractors or sub appointments. Q2. Financial History: Our Company has recently commenced trading, resulting in limited financial history. How does the procurement process accommodate companies with a short financial trading history? A2. Please refer to the ITT Section 5 Economic and Financial, Sub Section 5.1 where it identifies in a), b) and c) what further information is required if two years audited accounts are not available. Q3. Contract Value: Could you please provide the estimated value of the contract? This information is crucial for us to assess our capacity and commitment appropriately. A3. The Budget construction cost value (excluding VAT) is contained in the notice and also in the Appendix H pricing schedule. It should be noted that this value is the budget for all the construction works relating to this workstreams identified not specifically just the Acoustic Works. The workstreams are still to be designed / developed so the overall workstream budget construction values are the best guide currently available. Tender Clarification Number 2 in response to tender queries raised. Q1. What is to construction value of all 4 projects (CH1; CH3: BP1 and AC1) A1. Workstreams CH1, CH3, BP1 and AC1 have a combined budget construction value (excluding VAT) of £4,925,000. The Budget construction cost value (excluding VAT) is contained in the notice and also in the Appendix H pricing schedule. Q2. We hold Professional Indemnity Insurance of £5 million not £10 million. Will this be acceptable for this contract? We work with Tier 1 contractors and on complex large schemes where £5 million has typically been the maximum requirement of cover. A2. 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. Q3. Can you make available the following? A) Charcoal Blue/Haworth Tomkins report re CH1 Acoustic Treatments and B) section 2.4.1 of the ITT document Specification/Scope of Services references studies that have been undertaken relative to Concert Hall Acoustics. A3. The documents listed are not being made available at tender. Whilst post tender they may form a reference the intention for these workstreams is to undertake design from RIBA stages 0 - 7 to ensure the works being progressed reflects the latest brief requirements.
£4,925,000
Contract value
Acoustic Consultant services for workstreams CH1 / CH3 / BP1 and AC1 all as described in the Invitation to Tender Additional information: Tender Clarification number 1 in response to questions raised: Q1. Sub contracting: Can subcontracting be utlised for specific components of the project? Are there any restrictions or guidelines we should be aware of in relation to subcontracting? A1. Please refer to the ITT Section7 Technical and Professional Ability, sub section 7.3 where it allows for identification of subcontracting intentions. Section 4 Award Questions 1a) requests you include details of the proposed team including sub-contractors or sub appointments. Q2. Financial History: Our Company has recently commenced trading, resulting in limited financial history. How does the procurement process accommodate companies with a short financial trading history? A2. Please refer to the ITT Section 5 Economic and Financial, Sub Section 5.1 where it identifies in a), b) and c) what further information is required if two years audited accounts are not available. Q3. Contract Value: Could you please provide the estimated value of the contract? This information is crucial for us to assess our capacity and commitment appropriately. A3. The Budget construction cost value (excluding VAT) is contained in the notice and also in the Appendix H pricing schedule. It should be noted that this value is the budget for all the construction works relating to this workstreams identified not specifically just the Acoustic Works. The workstreams are still to be designed / developed so the overall workstream budget construction values are the best guide currently available.
£4,925,000
Contract value
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.
£7,645,000
Contract value
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 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.
£7,645,000
Contract value
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 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.
£7,645,000
Contract value
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 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.
£7,645,000
Contract value
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.
£7,645,000
Contract value
Fire Consultant design services for workstreams CH1 / CH2 / CH3 / BP1 / AC1 (which are 5nr workstreams out of an anticipated 15nr workstreams for 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. Addendum 1 - Q1 Please issue alternative format for the ITT A1 No alternative format of the ITT is available Q2 Ref ITT question 7.3 we will not be subcontracting any work. Could you confirm that it will be ok to answer as N/A for that response. A2 If no works are to be subcontracted we have no objection to this being answered as N/A
£5,930,364
Contract value
Fire Consultant design services for workstreams CH1 / CH2 / CH3 / BP1 / AC1 (which are 5nr workstreams out of an anticipated 15nr workstreams for 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. Addendum 1 - Q1 Please issue alternative format for the ITT A1 No alternative format of the ITT is available Q2 Ref ITT question 7.3 we will not be subcontracting any work. Could you confirm that it will be ok to answer as N/A for that response. A2 If no works are to be subcontracted we have no objection to this being answered as N/A Addendum 2 - Project plan expanded programme included to inform timelines for RIBA stages Addendum 3 Q1 Where the scope of services requests a 'fire strategy report' for the blocks, it is understood this refers to the Snape Maltings Concert Hall, the Britten Pears Building and the accommodation blocks (Snape Rooms and Elizabeth Court only). Does the client request fire strategy input to the areas which are changing in use; or is this a full holistic review of the building, including existing conditions. A1 Yes the request relates to the Concert Hall, Britten Pears Building, Snape Rooms (AC1) and Elizabeth Court (AC3). It identifies the need to establish the current fire strategy for each location, identify if it needs addressing as a result of the proposed alteration works to each building and determining the fire strategy for the change of use (which applies only to Snape Rooms). Q2 Where the scope of services requests a 'review of the sprinkler system'; does the client request a high-level review of the proposed system (i.e., category, coverage area to ensure it is suitable for the Fire Strategy); or a detailed review of all design drawings and specification of the system. A2. A sprinkler system is already in place in the Concert Hall and the requirement is to assess how the proposed works affect it and the need to alter to comply with the fire strategy. This may include design drawings and specification for input in to a tender.
£5,930,364
Contract value
Fire Consultant design services for workstreams CH1 / CH2 / CH3 / BP1 / AC1 (which are 5nr workstreams out of an anticipated 15nr workstreams for 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. Addendum 1 - Q1 Please issue alternative format for the ITT A1 No alternative format of the ITT is available Q2 Ref ITT question 7.3 we will not be subcontracting any work. Could you confirm that it will be ok to answer as N/A for that response. A2 If no works are to be subcontracted we have no objection to this being answered as N/A Addendum 2 - Project plan expanded programme included to inform timelines for RIBA stages
£5,930,364
Contract value
Britten Pears Building (BP1) Full internal refurbishment including new mechanical and electrical services, new toilets and refurbished windows, excluding the Trask Café and Kitchen finishes. Construction of a new lift tower to enable enhanced access to upper floors, facilitated by partial wall and roof removal. Removal of the existing and installation of a new repositioned sprinkler tank in the service yard between the Britten Pears Building and the Concert Hall. General access improvements, including a new entrance ramp and passenger and equipment lift to all floors and the replacement and automation of the entrance doors. Conversion of the first floor practice rooms to provide seven larger multifunction studios/break out spaces. Creation of an accessible top floor multi-purpose activity space, created through internal reconfiguration of the Cranbrook Room. Thermal upgrades to fabric to reduce energy consumption. Transformation of the Peter Pears Recital room into flexible studio and refurbishment of its bleacher seating. Removal of the old technical room to create accessible seating areas. New lighting system, sound and video infrastructure including permanent lighting and AV control position. New wheelchair positions to the upper level and improved wheelchair access to the lower level. Installation of a backstage Technical AV infrastructure throughout the building. External soft and hard landscaping alterations including steps and ramps and car park resurfacing to enable the provision of 3 blue badge parking bays. Works to be carried out in accordance with ecological requirements, including a Reasonable Avoidance Measures (RAMs) Method Statement and Construction Environmental Management Plan (CEMP). Carpark and Landscaping (FLD2) This scope is split into three parts, and will include surface upgrades with resin bound gravel and parking bay markings to allow the provision of Blue Badge spaces, with associated lighting improvements. Upgrades will be to the following areas: North car parks, including the Craft Shop and pond-side car parks to North West of the Concert Hall South car park, the Paddock car park to the South East of the Britten Pears Building BPA is seeking a Principal Contractor to complete the above works. The procurement of the works will follow a two stage flexible competitive tender process consisting of the following: - Stage 1: Selection Questionnaire (PQQ), issued on the Central Digital Platform - Stage 2: Tender, issued to successful contractors following Stage 1. Additional information: Tender clarification Nr 1 Q1. We would be very interested in tendering for the Britten Pears Art project. However, given the size and scope of works, we were hoping for an extension of the submission's deadline from the 7th April to the middle of April. This additional time would allow us to price all aspects of the works accurately and ensure a comprehensive submission. A1. The submission deadline of 7th April is the Pre Qualification Questionnaire (PQQ) process and does not need pricing of works. The date set reflects the need to conclude the PQQ in a timely manner to allow a formal tender process to commence on or around 22nd April. On the basis of the above an extension will not be able to be granted and the submission timeline for the PQQ remains as 7th April 2025. Tender clarification Nr 2 Q1. We are interested in tendering this scheme, following the SW process can you advise how many tenderers will be selected to tender this scheme? A1. We would anticipate a minimum of 4nr contractors and a maximum of 6nr would be taken forward for tendering, all subject to suitably qualified PQQ submissions being received. Tender Clarification Nr 3 Q1. We have downloaded the documents for the Britten Pears Arts Facility PQQ. We note on the Contracts Finder portal the PQQ return is Monday 7th April@5pm via the App Box link, however the PQQ document says to return at 3pm via email to yourself and Michael. Can you please clarify which time and method we are to use to submit? A1. All completed PQQ and associated documents should be uploaded to the BOX link provided before the closing time of 5pm on 7th April. No emails should be sent directly to BPA or Gardiners.
£2,100,000
Contract value
Britten Pears Building (BP1) Full internal refurbishment including new mechanical and electrical services, new toilets and refurbished windows, excluding the Trask Café and Kitchen finishes. Construction of a new lift tower to enable enhanced access to upper floors, facilitated by partial wall and roof removal. Removal of the existing and installation of a new repositioned sprinkler tank in the service yard between the Britten Pears Building and the Concert Hall. General access improvements, including a new entrance ramp and passenger and equipment lift to all floors and the replacement and automation of the entrance doors. Conversion of the first floor practice rooms to provide seven larger multifunction studios/break out spaces. Creation of an accessible top floor multi-purpose activity space, created through internal reconfiguration of the Cranbrook Room. Thermal upgrades to fabric to reduce energy consumption. Transformation of the Peter Pears Recital room into flexible studio and refurbishment of its bleacher seating. Removal of the old technical room to create accessible seating areas. New lighting system, sound and video infrastructure including permanent lighting and AV control position. New wheelchair positions to the upper level and improved wheelchair access to the lower level. Installation of a backstage Technical AV infrastructure throughout the building. External soft and hard landscaping alterations including steps and ramps and car park resurfacing to enable the provision of 3 blue badge parking bays. Works to be carried out in accordance with ecological requirements, including a Reasonable Avoidance Measures (RAMs) Method Statement and Construction Environmental Management Plan (CEMP). Carpark and Landscaping (FLD2) This scope is split into three parts, and will include surface upgrades with resin bound gravel and parking bay markings to allow the provision of Blue Badge spaces, with associated lighting improvements. Upgrades will be to the following areas: North car parks, including the Craft Shop and pond-side car parks to North West of the Concert Hall South car park, the Paddock car park to the South East of the Britten Pears Building BPA is seeking a Principal Contractor to complete the above works. The procurement of the works will follow a two stage flexible competitive tender process consisting of the following: - Stage 1: Selection Questionnaire (PQQ), issued on the Central Digital Platform - Stage 2: Tender, issued to successful contractors following Stage 1. Additional information: Tender clarification Nr 1 Q1. We would be very interested in tendering for the Britten Pears Art project. However, given the size and scope of works, we were hoping for an extension of the submission's deadline from the 7th April to the middle of April. This additional time would allow us to price all aspects of the works accurately and ensure a comprehensive submission. A1. The submission deadline of 7th April is the Pre Qualification Questionnaire (PQQ) process and does not need pricing of works. The date set reflects the need to conclude the PQQ in a timely manner to allow a formal tender process to commence on or around 22nd April. On the basis of the above an extension will not be able to be granted and the submission timeline for the PQQ remains as 7th April 2025.
£2,100,000
Contract value
Britten Pears Building (BP1) Full internal refurbishment including new mechanical and electrical services, new toilets and refurbished windows, excluding the Trask Café and Kitchen finishes. Construction of a new lift tower to enable enhanced access to upper floors, facilitated by partial wall and roof removal. Removal of the existing and installation of a new repositioned sprinkler tank in the service yard between the Britten Pears Building and the Concert Hall. General access improvements, including a new entrance ramp and passenger and equipment lift to all floors and the replacement and automation of the entrance doors. Conversion of the first floor practice rooms to provide seven larger multifunction studios/break out spaces. Creation of an accessible top floor multi-purpose activity space, created through internal reconfiguration of the Cranbrook Room. Thermal upgrades to fabric to reduce energy consumption. Transformation of the Peter Pears Recital room into flexible studio and refurbishment of its bleacher seating. Removal of the old technical room to create accessible seating areas. New lighting system, sound and video infrastructure including permanent lighting and AV control position. New wheelchair positions to the upper level and improved wheelchair access to the lower level. Installation of a backstage Technical AV infrastructure throughout the building. External soft and hard landscaping alterations including steps and ramps and car park resurfacing to enable the provision of 3 blue badge parking bays. Works to be carried out in accordance with ecological requirements, including a Reasonable Avoidance Measures (RAMs) Method Statement and Construction Environmental Management Plan (CEMP). Carpark and Landscaping (FLD2) This scope is split into three parts, and will include surface upgrades with resin bound gravel and parking bay markings to allow the provision of Blue Badge spaces, with associated lighting improvements. Upgrades will be to the following areas: North car parks, including the Craft Shop and pond-side car parks to North West of the Concert Hall South car park, the Paddock car park to the South East of the Britten Pears Building BPA is seeking a Principal Contractor to complete the above works. The procurement of the works will follow a two stage flexible competitive tender process consisting of the following: - Stage 1: Selection Questionnaire (PQQ), issued on the Central Digital Platform - Stage 2: Tender, issued to successful contractors following Stage 1. Additional information: Tender clarification Nr 1 Q1. We would be very interested in tendering for the Britten Pears Art project. However, given the size and scope of works, we were hoping for an extension of the submission's deadline from the 7th April to the middle of April. This additional time would allow us to price all aspects of the works accurately and ensure a comprehensive submission. A1. The submission deadline of 7th April is the Pre Qualification Questionnaire (PQQ) process and does not need pricing of works. The date set reflects the need to conclude the PQQ in a timely manner to allow a formal tender process to commence on or around 22nd April. On the basis of the above an extension will not be able to be granted and the submission timeline for the PQQ remains as 7th April 2025. Tender clarification Nr 2 Q1. We are interested in tendering this scheme, following the SW process can you advise how many tenderers will be selected to tender this scheme? A1. We would anticipate a minimum of 4nr contractors and a maximum of 6nr would be taken forward for tendering, all subject to suitably qualified PQQ submissions being received.
£2,100,000
Contract value
Various building and services works, including acoustic, technical equipment and accessibility enhancements (new lift and lift refurbishments) and internal alterations to Snape Maltings Concert Hall. Alterations to existing energy centre to facilitate greater use of sustainable heating and the provision of solar PV on roofs of the Hoffmann, the Winch Gallery and Flat Roofs adjacent to the Concert Hall. Procured through an initial Pre Qualification Questionnaire and then short listing to a competitive tender process. The works proposed comprise the following: Concert Hall (CH1 and CH2) CH1: Acoustic treatment to Concert Hall, installation of retractable banners CH1: Performance Technical equipment upgrades and replacement (stage and house lighting, rigging systems, assisted listening) CH1: roof covering replacement and insulation on South, East & West faces; high level maintenance of "bluffs", structural repair / strengthening CH2: refurbishment of WCs, fabric repairs (brickwork) CH2: ventilation improvements inc. new AHU; new lighting CH2: refurbishment of two existing lifts, one new platform lift CH2: remodelling of Discovery Centre for future exhibition space NB: audience seating improvements as a separate, client-led project, CH3 will have a dirrect interface and attendances requirements Heating and Renewables (HR1, HR2 and HR3) HR1: consolidation of Energy Centre boilers, new District Heating and Cooling pipework HR2: Photovoltaic panels to Concert Hall lower south roof, Hoffmann building roof HR3: new site wide Building Management System (BMS) The works have Planning and Listed Building Consent. Project Manager / Contract Administrator Gardiner & Theobald Architect de Matos Ryan Structural / Civil Engineer Price & Myers Building Services Engineer Ingleton Wood Theatre Specialist & Acoustician Charcoalblue QS Bristow Planning Consultant Bidwell Landscape Architect Untitled Practice Additional information: The link is to the PQQ submission folder. No submissions are to be issued to BPA directly but are to be uploaded using the BOX access provided. BPA is not obligated to accept any submission or subsequent tender and the cost of PQQ and ongoing process is to be borne by the applicant not by BPA. BPA reserves the right to end the procurement process at any time for any reason.
£3,500,000
Contract value
Showing 21–39 of 39 contracts