Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Design Consultancy Services for Conservation, Infrastructure and Fit Out works

  • First published: 11 June 2018
  • Last modified: 11 June 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Canal and River Trust
Authority ID:
AA32851
Publication date:
11 June 2018
Deadline date:
02 July 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Finsley Gate Wharf Project is a conservation led project seeking to address priority conservation and restoration work at Finsley gate Wharf, Burnley. It will also ensure that the site is redeveloped to create sustainable and easy to maintain buildings for the tenant, Finsley Gate Wharf Ltd to manage and operate from into the future as a leisure based destination and providing public access.

The design scheme seeks to address:

— the degradation of the existing buildings,

— improving access to and within the building,

— the need to sensitively adapt the building to accommodate modern uses,

— bring the buildings back in to use to provide a viable and sustainable future.

The Conservation, infrastructure and redevelopment scope is:

— Conservation and infrastructure: Deliver the urgent conservation work needed to restore the Grade II* Listed Buildings. This will include:

—— Essential structural repairs and maintenance works to the warehouse, cottage, former forge, and external works,

—— Refurbishment work of the buildings to make them suitable for the proposed uses.

—— Building works, alterations and re-servicing; including external works, window replacement, below ground drainage and utility connections;

— Redevelopment: Provide facilities, which are fit for purpose and enhance visitors’ experience of the property, including toilets and creating infrastructure for tenanted spaces.

The wider Finsley Gate Wharf project will also create a new visitor offer encouraging people to discover Weavers Triangle and the “Straight Mile” by foot, bike and boat. It will develop a new staff and volunteers programme to deliver the visitor offer and ensure that the conservation and visitor needs are managed and sustainable. Funding for this 2 800 000 GBP redevelopment has been secured from Heritage Lottery Fund (HLF) with support from the Trust.

The project is subject to the following constraints and the project team will be expected to demonstrate experience of delivering built projects within similar constraints and issues:

A) Funding – Stage 2 Heritage Enterprise Funding has been secured from HLF. Budgetary constraints will be a major consideration for the project development as the level of grant is fixed.

B) Programme – the programme has been drawn up in consultation with the Project Team to deliver the project’s business plan. Delays to the programme may have commercial consequences.

C) Design scope — design work to RIBA Stage 3 has been undertaken already and statutory approvals secured for the proposed scheme. The project is not looking to substantially change the approved scheme, although it is accepted that the Design Lead/Team may wish to review the scheme. Changes to the approved scheme will only be accepted within the defined objectives, budget, statutory approvals and project scope, and if design and delivery can be achieved within the project programme.

D) Existing knowledge –

1) Design work to RIBA Stage 3 has been completed and will form the basis of ongoing design work;

2) Further structural investigation / monitoring is required to ascertain the full extent of any historic movement. Some work has already been undertaken.

E) Statutory constraints-

1) Planning permission and Listed Building Consent are in the process of being secured.

F) Stakeholders –

1) HLF, as the principal funder, will be an important stakeholder;

2) Engagement with the public is a high priority. A number of consultation events have taken place as part of the planning application work. The site is high profile and further engagement is proposed throughout the duration of the work programme;

3) Peer review from the Trust design and heritage specialists will form part of the design process

4) The Trust is working with Finsley Gate Wharf Ltd who will be the end user of the site and will be an important s

Full notice text

Prior information notice

This notice is a call for competition

Section I: Contracting authority

I.1) Name and addresses

Canal and River Trust

1146792

First Floor North, Station House, 500 Elder Gate, Milton Keynes

Milton Keynes

MK9 1BB

UK

Contact person: Matthew Nancollis

Telephone: +44 7879884820

E-mail: matthew.nancollis@canalrivertrust.org.uk

NUTS: UK

Internet address(es)

Main address: https://canalrivertrust.org.uk/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://extranet.canalrivertrust.org.uk/procurement/FinsleyGateRegen/default.aspx


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://extranet.canalrivertrust.org.uk/procurement/FinsleyGateRegen/CRT%20Tender%20Documents/Forms/AllItems.aspx


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Charitable Trust

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Design Consultancy Services for Conservation, Infrastructure and Fit Out works

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The focus for the project is the restoration and redevelopment of the Former waterway depot at Finsley Gate Wharf, Burnley. The site is approximately 0,826 ha (2,13 acres) and is located approximately 0,4 Km (0,25 miles) from Burnley town centre. It contains a warehouse complex, a house and a former forge building, which are all Grade II listed. The property is owned by the Canal and River Trust (the Trust). The Trust is inviting PQQs from Architects with a proven pedigree in working with nationally important historic buildings, and have appropriately conservation accredited staff, who will act as Design Team Lead and Principal Designer under CDM regulations. The design team will be required to supply all services required to undertake RIBA Work Stages 4 to 6, as outlined in RIBA Plan of Works 2013, taking forward the approved design scheme which has already been completed to RIBA Stage 3.

II.1.5) Estimated total value

Value excluding VAT: 300 000.00  EUR

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD46


Main site or place of performance:

Finsley Gate Wharf, Burnley.

II.2.4) Description of the procurement

The Finsley Gate Wharf Project is a conservation led project seeking to address priority conservation and restoration work at Finsley gate Wharf, Burnley. It will also ensure that the site is redeveloped to create sustainable and easy to maintain buildings for the tenant, Finsley Gate Wharf Ltd to manage and operate from into the future as a leisure based destination and providing public access.

The design scheme seeks to address:

— the degradation of the existing buildings,

— improving access to and within the building,

— the need to sensitively adapt the building to accommodate modern uses,

— bring the buildings back in to use to provide a viable and sustainable future.

The Conservation, infrastructure and redevelopment scope is:

— Conservation and infrastructure: Deliver the urgent conservation work needed to restore the Grade II* Listed Buildings. This will include:

—— Essential structural repairs and maintenance works to the warehouse, cottage, former forge, and external works,

—— Refurbishment work of the buildings to make them suitable for the proposed uses.

—— Building works, alterations and re-servicing; including external works, window replacement, below ground drainage and utility connections;

— Redevelopment: Provide facilities, which are fit for purpose and enhance visitors’ experience of the property, including toilets and creating infrastructure for tenanted spaces.

The wider Finsley Gate Wharf project will also create a new visitor offer encouraging people to discover Weavers Triangle and the “Straight Mile” by foot, bike and boat. It will develop a new staff and volunteers programme to deliver the visitor offer and ensure that the conservation and visitor needs are managed and sustainable. Funding for this 2 800 000 GBP redevelopment has been secured from Heritage Lottery Fund (HLF) with support from the Trust.

The project is subject to the following constraints and the project team will be expected to demonstrate experience of delivering built projects within similar constraints and issues:

A) Funding – Stage 2 Heritage Enterprise Funding has been secured from HLF. Budgetary constraints will be a major consideration for the project development as the level of grant is fixed.

B) Programme – the programme has been drawn up in consultation with the Project Team to deliver the project’s business plan. Delays to the programme may have commercial consequences.

C) Design scope — design work to RIBA Stage 3 has been undertaken already and statutory approvals secured for the proposed scheme. The project is not looking to substantially change the approved scheme, although it is accepted that the Design Lead/Team may wish to review the scheme. Changes to the approved scheme will only be accepted within the defined objectives, budget, statutory approvals and project scope, and if design and delivery can be achieved within the project programme.

D) Existing knowledge –

1) Design work to RIBA Stage 3 has been completed and will form the basis of ongoing design work;

2) Further structural investigation / monitoring is required to ascertain the full extent of any historic movement. Some work has already been undertaken.

E) Statutory constraints-

1) Planning permission and Listed Building Consent are in the process of being secured.

F) Stakeholders –

1) HLF, as the principal funder, will be an important stakeholder;

2) Engagement with the public is a high priority. A number of consultation events have taken place as part of the planning application work. The site is high profile and further engagement is proposed throughout the duration of the work programme;

3) Peer review from the Trust design and heritage specialists will form part of the design process

4) The Trust is working with Finsley Gate Wharf Ltd who will be the end user of the site and will be an important stakeholder

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000.00  EUR

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 21/10/2018

End: 30/11/2020

This contract is subject to renewal: Yes

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The Architects must be qualified conservation accredited Architects (RIBA or AABC), registered with the Architects Registration Board and be chartered members of the RIBA or equivalent.

Consultant Engineers should be members of an appropriate institution (e.g. IStructE, ICE, IMechE, CIBSE) and, where appropriate be chartered through the Engineering Council. Conservation accreditation through the Conservation Accreditation Register for Engineers (CARE) would be advantageous.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

III.2.2) Contract performance conditions

The Contract is subject to performance criteria as stated within the procurement documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of expressions of interest

Date: 02/07/2018

Local time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.5) Scheduled date for start of award procedures

20/09/2018

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

The High Court of England and Wales Royal Courts of Justice, Strand WC2A 2LL London United Kingdom

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

31/05/2018

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
matthew.nancollis@canalrivertrust.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.