Section one: Contracting authority
one.1) Name and addresses
BERNARD LEACH (ST IVES) TRUST LIMITED
Higher Stennack
ST. IVES
TR262HE
Contact
Richard Newton-Chance
richardnewtonchance@macegreen.co.uk
Telephone
+44 7376072910
Country
United Kingdom
Region code
UKK30 - Cornwall and Isles of Scilly
Charity Commission (England and Wales)
1111263
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Construction of new production and education facility and refurbishment of listed buildings at Leach Pottery, St Ives
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Over the next three years the Leach Pottery will undertake a major expansion and redevelopment which includes the construction of a new environmentally sustainable learning centre and production studio.
The existing museum and gallery shop will be re-imagined and updated and there will be a new central entrance surrounded by a landscaped courtyard where visitors will be able to sit take refreshments and watch potters at work.
Dow Jones Architects have designed a building reflecting the Leach Pottery's history and Cornish location that will provide 500 sqm of new and 837sqm refurbished space to support increased pottery production, learning and participation and improved visitor experience.
The development will provide St Ives with a world-class living heritage site, which will:
Create a community hub where people can develop their creativity, improve their wellbeing, support each other and bring clay to life through learning opportunities
Create year - round jobs through apprenticeships training and increased pottery production
Conserve the Grade II listed buildings onsite and create a more resilient organisation
Attract off season tourism to St Ives through increased museum visitors and commercial course participants
The Leach Pottery has been a destination for training and creative exchange since its founding in 1920. The capital development of the site will secure the continuation of this reputation nationally and internationally with an increased focus on providing access to clay for Cornish communities.
two.1.5) Estimated total value
Value excluding VAT: £4,850,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The works consist of:
- The demolition of the existing education building and the construction of a new 500sqm education and production facility targeting net zero carbon in operation.
- The refurbishment and repairs to the Grade 2 listed Pottery Cottage and Museum buildings which house the original Bernard Leach Studio, workshops and kiln room.
- The remodelling and refurbishment of the 2008 Production facility into an extension of the existing museum and exhibition space.
The project is funded by Town Deal and National Lottery Heritage Fund.
The works will be procured under a Traditional Route utilising a two-stage procedure. The first stage tender will be contracted using the JCT Pre-Construction Services Agreement 2016 and the main contract using the JCT Standard Building Contract 2016.
The first stage will invite the successful tenderer to provide advice on buildability, programme, sequencing and supply chain viability. It will also incorporate an enabling works package to execute sewer diversions, surface water drainage installation, gas meter relocation and the construction of temporary structures to protect the ongoing production operations at the pottery.
The tenderers are advised that the site will remain active throughout the contract works with production operations, shop and education expected to continue throughout the construction works. A phasing plan has been included within the tender documentation to demonstrate how this may be achieved.
Tenderers will return prices on the basis of the RIBA Stage 3 design information while the RIBA Stage 4 detailed design is in progress. You will be expected to confirm and fix your preliminaries and Overheads and Profit percentage as part of the first stage submission.
The successful tenderer will work with the project team through the remainder of the stage 4 process to develop a detailed design and construction phase plan which can be fully costed with input from the supply chain. A fixed price for the Works will be confirmed during the Second stage.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2023
End date
11 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Should the programme of works presented in the tender pack be deemed to be un achievable in the opinion of the successful tenderer and they present evidence to support this assertion, the Employer can, at their discretion, extend the contract period to account for this.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-022182
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
6 October 2023
Local time
12:00pm
Changed to:
Date
27 October 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 October 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Macegreen Consulting Limited
The Business Centre, 2 Cattedown Road
Plymouth
PL4 0EG
richardnewtonchance@macegreen.co.uk
Telephone
+44 7376072910
Country
United Kingdom