Award

Construction of new production and education facility and refurbishment of listed buildings at Leach Pottery, St Ives

BERNARD LEACH (ST IVES) TRUST LIMITED

This public procurement record has 5 releases in its history.

Award

10 Apr 2024 at 10:40

TenderUpdate

19 Oct 2023 at 19:20

TenderUpdate

21 Sep 2023 at 07:06

Tender

25 Aug 2023 at 15:09

Planning

31 Jul 2023 at 13:26

Summary of the contracting process

The Bernard Leach (St Ives) Trust Limited is procuring the construction of a new production and education facility at Leach Pottery, St Ives. The project involves the demolition of existing buildings, refurbishment of listed buildings, and the creation of new spaces for increased pottery production and visitor experience. The project is in the award stage, with the main contract set to be awarded by the 14th of April 2024.

This tender presents an opportunity for businesses in the construction sector, particularly those specialising in works related to heritage buildings and sustainable construction. The project aims to create year-round jobs, support community development, and enhance visitor experiences. Companies with expertise in environmentally sustainable construction and historic building preservation would be well-suited to compete for this tender. Key deadlines include the conclusion of the second stage on the 14th of April 2024.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Construction of new production and education facility and refurbishment of listed buildings at Leach Pottery, St Ives

Notice 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.

Lot Information

PCSA

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.

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.

Main contract works

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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ebb7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011601-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£4,850,000 £1M-£10M
Lots Value
£4,850,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£105,895 £100K-£500K

Notice Dates

Publication Date
10 Apr 20241 years ago
Submission Deadline
6 Oct 2023Expired
Future Notice Date
6 Aug 2023Expired
Award Date
28 Nov 20232 years ago
Contract Period
1 Nov 2023 - 11 Mar 2026 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BERNARD LEACH (ST IVES) TRUST LIMITED
Contact Name
Libby Buckley
Contact Email
director@leachpottery.com
Contact Phone
+44 1736799703

Buyer Location

Locality
ST. IVES
Postcode
TR26 2HE
Post Town
Truro
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK3 Cornwall and Isles of Scilly
Small Region (ITL 3)
TLK30 Cornwall and Isles of Scilly
Delivery Location
TLK3 Cornwall and Isles of Scilly

Local Authority
Cornwall
Electoral Ward
St Ives West & Towednack
Westminster Constituency
St Ives

Supplier Information

Number of Suppliers
1
Supplier Name

CLASSIC BUILDERS (SOUTH WEST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03ebb7-2024-04-10T11:40:36+01:00",
    "date": "2024-04-10T11:40:36+01:00",
    "ocid": "ocds-h6vhtk-03ebb7",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03ebb7",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Construction of new production and education facility and refurbishment of listed buildings at Leach Pottery, St Ives",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 4850000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "value": {
                    "amount": 4850000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2023-11-01T00:00:00Z",
                    "endDate": "2026-03-11T23:59:59Z"
                },
                "hasOptions": true,
                "status": "cancelled",
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed",
                    "electronicCataloguePolicy": "required"
                },
                "options": {
                    "description": "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."
                },
                "title": "PCSA",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Proposed team and supply chain",
                            "type": "quality",
                            "description": "14"
                        },
                        {
                            "name": "Project risks",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Live working environment",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Site management & quality control",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "Experience",
                            "type": "quality",
                            "description": "14"
                        },
                        {
                            "name": "Second stage tender pricing",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "Environmental responsibility",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Post-tender interview",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Main contract works",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK3"
                    },
                    {
                        "region": "UKK3"
                    },
                    {
                        "region": "UKK3"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK3"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-08-07T00:00:00+01:00"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://macegreen.sharepoint.com/:f:/s/Projects/EgZXgmYlMilCsi9McFfbKDoBA7sTlAbcbo9C77rSmWXJUg?e=Opd3t9",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-10-06T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-10-09T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-10-09T10:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-10-06T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-27T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "description": "Details of the enabling works package have now been uploaded to the tender folder under 16 - Tender Addendum. This package of works now comprises the construction of a temporary kiln shed with gas and electrical connections and the facilitation of the main incoming gas diversion and final connections from the new meter to the temporary and existing kiln sheds. The PCSA Scoping document and pricing document have been updated to reflect this in versions V3 & V4 respectively. The client has now calculated Liquidated Damages and these amounts have been included in the tender addendum information. For clarity these have been calculated as follows: Section 1 (Phase 1) PS500 per business day Section 2 (Phase 2a) PS400 per business day Section 3 (Phase 2b) PS650 per calendar day It is not anticipated that the above additional information will require any extension of time and we expect all valid tenders to be completed and returned by noon on 27th October 2023."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CHC-1111263",
            "name": "BERNARD LEACH (ST IVES) TRUST LIMITED",
            "identifier": {
                "legalName": "BERNARD LEACH (ST IVES) TRUST LIMITED",
                "id": "1111263",
                "scheme": "GB-CHC"
            },
            "address": {
                "streetAddress": "Higher Stennack",
                "locality": "ST. IVES",
                "region": "UKK30",
                "postalCode": "TR262HE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Libby Buckley",
                "telephone": "+44 1736799703",
                "email": "director@leachpottery.com",
                "url": "https://macegreen.sharepoint.com/:f:/s/Projects/EgDyX8mK9X1EkGduccWiPV0B1TjjC5fe2Q7l0-MKbM-PgA?e=GFvBJV"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.leachpottery.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "08",
                        "description": "Recreation, culture and religion"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-88711",
            "name": "Macegreen Consulting",
            "identifier": {
                "legalName": "Macegreen Consulting"
            },
            "address": {
                "streetAddress": "The Business Centre, 2 Cattedown Road",
                "locality": "Plymouth",
                "postalCode": "PL4 0EG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-91270",
            "name": "Macegreen Consulting Limited",
            "identifier": {
                "legalName": "Macegreen Consulting Limited"
            },
            "address": {
                "streetAddress": "The Business Centre, 2 Cattedown Road",
                "locality": "Plymouth",
                "postalCode": "PL4 0EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7376072910",
                "email": "richardnewtonchance@macegreen.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-04086777",
            "name": "Classic Builders (South West) Ltd",
            "identifier": {
                "legalName": "Classic Builders (South West) Ltd",
                "id": "04086777",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Estover Road, Estover",
                "locality": "Plymouth",
                "region": "UKK",
                "postalCode": "PL6 7PL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-110366",
            "name": "Macegreen Consulting imited",
            "identifier": {
                "legalName": "Macegreen Consulting imited"
            },
            "address": {
                "streetAddress": "The Business Centre, 2 Cattedown Road",
                "locality": "Plymouth",
                "postalCode": "PL4 0EG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CHC-1111263",
        "name": "BERNARD LEACH (ST IVES) TRUST LIMITED"
    },
    "language": "en",
    "description": "The first stage tender has been awarded and the second stage is due to conclude on 14th April 2024. At which point Lot 2: the main contract, will be awarded, subject to assessment of the second stage tender submission.",
    "awards": [
        {
            "id": "011601-2024-1",
            "relatedLots": [
                "1"
            ],
            "title": "PCSA",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-04086777",
                    "name": "Classic Builders (South West) Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "011601-2024-1",
            "awardID": "011601-2024-1",
            "title": "PCSA",
            "status": "active",
            "value": {
                "amount": 105895.78,
                "currency": "GBP"
            },
            "dateSigned": "2023-11-28T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}