Leicester Waterside Strategic Regeneration Area Delivery Strategy and Planning Guidance Invitation to Tender Introduction Leicester City Council wishes to appoint suitably qualified and experienced consultants to assist them to prepare a vision, planning strategy and delivery framework for the Waterside regeneration area. The project objectives are: 1. To review and refresh a substantial body of previous research work on this area including; transportation and access studies; housing market demand studies; commercial floorspace demand studies; information on land ownership; and, site constraints. 2. Recognising the Council’s economic development and regeneration objectives for this area and the current and forecast market context, to make recommendations on a vision for the area and the types and quantum of development that will be deliverable and should be planned for. 3. Assess the options for improved pedestrian and vehicular connectivity to and from the waterside area. 4. Provide evidenced recommendations on: a. Infrastructure requirements, including improvements required to the highway network, public realm, open space b. Priorities for public investment in direct delivery of development or land assembly to stimulate regeneration c. Options and priorities for collaborative working between the Council and private developers, including mechanisms for public/private risk-sharing to accelerate the delivery of development. d. A phasing strategy and build-out rates and timescales 5. To provide a delivery strategy which articulates the elements listed at ‘3’ above. 6. To provide a simple and clear planning strategy for the area and to promote this through the regulatory process to adopt as a Supplementary Planning Document or Area Action Plan 7. To facilitate appropriate stakeholder consultation, 8. To provide a body of evidence that can be relied upon to: a. Support bids for funding o Inform and justify development management decisions o Justify potential Compulsory Purchase actions The appointed consultant will be required to work with the Council’s in house team, who have already undertaken or commissioned much of the baseline information and who will work with the consultants to shape the development vision and planning strategy for the Waterside. Background The Waterside regeneration area comprises around 60-hectares of land between the River Soar and Leicester City centre along the corridor of the A50. There are pockets of land which provide viable economic activity however much of the area is characterised by high levels of vacancy and dereliction; many of the remaining buildings are under occupied, often by low value uses. Dereliction and gaps sites mean the A50 now presents a particularly poor approach to the City Centre. The City Council designated the area as a strategic regeneration zone 10-years ago. Local Plan policy provides for high quality residential-led mixed use development. A limited amount of development came forward prior to the 2008 property market collapse. A number of sites were subject to proposals for extremely dense development, which were undeliverable then, more so now. These proposals did have the effect of inflating landowner expectations on value, a problem which continues to overhang the land market here today. Currently, development progress by the private sector is stalled. The extent of dereliction and lack of activity in the area present significant risks, compounded by a lack of clarity and certainty on what will be developed when in different parts of the area. To get the area moving again, in partnership with Central Government and the Leicester and Leicestershire Enterprise Partnership, the City Council is increasingly taking a more hands-on role in delivering regeneration and in preparing the ground for others to follow. We are about to embark on the restoration and conversion to 20,000sqft of managed workspace of the historic Friars Mill, one of the last buildings standing in the southern-Waterside area. We continue to assemble sites in development blocks identified as strategically important with a view to reducing development risks and procuring developer partners in the future. We are investing in public realm improvements to link Waterside back to the City Centre. Over the last ten years the City Council and partners have commissioned a number of research studies including: Extensive analysis of the highway network and options for improvements Research on the local housing market and potential target markets for the Waterside housing Market assessment for small own-front-door office schemes Limited advice on the capacity for ancillary retail and leisure uses in a post-regeneration context Recently commissioned a local housing market assessment specific to this area alongside the wider commission for the City/County Strategic Housing Market Assessment. A review and update of the highway capacity assessment is currently underway and will be available to the appointed consultants The Council has worked with the Leicester and Leicestershire Enterprise Partnership to establish Waterside as one of four ‘transformation projects’ in the draft Strategic Economic Plan. As a result, the area will be prioritised for public investment. The time is now right for a review of previous work and a new vision, planning and delivery strategy to provide confidence for investors and to guide the Council’s own investment in the area. Project Deliverables The consultant team will be required to assist the Council in the production of: A clear, simple and concise draft Supplementary Planning Document (SPD) or Area Action Plan (AAP) Document, with the option to extend the commission to promote the SPD/AAP through to adoption. The draft SPD/AAP must be informed by appropriate and up to date evidence. An associated infrastructure plan detailing necessary infrastructure improvements and phasing Materials suitable for consultation A Delivery Plan providing a strategy for the City Council and its partners to invest resources in the area to accelerate regeneration including for the provision of infrastructure, direct delivery of development and partnership delivery of development. To accomplish this it is expected that the consultant team will: Provide an updated assessment of the market demand for commercial and ancillary retail and leisure space, recognising the Council’s economic development objectives and current and forecast market conditions. Assess the viability of potential development types and typologies to demonstrate they are capable of delivery. set out a clear and simple urban design strategy which is informed by an assessment of the type of development needed, has the best fit with wider economic development objectives and is demonstrably deliverable, The Council will provide an updated highway assessment and this will be fed into the Study. This will provide a review of previous work and an element of traffic modelling work to take account of changes in the volume and distribution of trips on the network from the last model and to take account of revised assumptions on the quantum of development. The appointed consultants will work with the Highways Authority to agree a package of highway improvements. The emphasis from the appointed consultant team will be to identify the regenerative impact and importance of different interventions rather than a technical highway design input. Review flood risk and associated mitigation requirements Assess the Council’s and partners existing landholdings, make recommendations on further strategic acquisitions and recommend disposal routes that will deliver high quality schemes in accelerated timescales. The Council has recently secured ERDF funding to bring forward the conversion and restoration of the grade 2 listed Friars Mill site, a key site within the Bath Lane area of the waterside. It is hoped that this will have a catalytic effect influencing redevelopment of this area, which is currently characterised by vacancy and low value uses. The surrounding area has potential for complete redevelopment, and whilst it was previously (pre 2008) a focus for high density and high rise development proposals, which proved undeliverable it is now seen as an opportunity for high density residential development at a scale appropriate to the listed buildings and the waterside environment. Development which would maximise the opportunities for connectivity and access to waterside frontage is envisaged. 5. Working arrangements Key stakeholders in the project include the Council, the Homes and Communities Agency and various landowners within the subject area. The consultant team will work collaboratively with project stakeholders to build consensus and provide clarity to the roles and responsibilities of the different organisations involved. The consultants will be required to attend regular project meetings and workshops, which will be held on an agreed schedule. They will be expected to liaise with the City Council’s inhouse team and project board as appropriate, as well as any other interested parties. It is anticipated that at least 4 or 5 meetings with the client team will be required following the inception meeting and prior to completion of the final report to ensure that the in-house team provide input into the study. Baseline Information will be made available to the successful consultant. The consultant would be expected to make use of this, and all existing studies and strategic policies. e.g. Core Strategy, SPD, Economic Action Plan etc. 6. Timescale Advertise consultancy opportunity on Source Leicestershire – w/c 3 March 2014 Closing date for submissions 21st March Interview shortlisted consultants –W/C 31st March Appoint consultants – 4th April Inception Meeting W/C 14th April Draft Report - 13th June Consultation July Final report – August 2014 7. Skills Required The work will require the ability to deliver potential and workable solutions that recognise the environment and resources available. The work will require an experienced and highly skilled multi-disciplinary team with experience in: planning; property-based economic development; market assessment and appraisal; development appraisal; urban design, , ecology, flood risk, landscape architecture and highway design and engineering. The Council will potentially wish to use this work to provide an evidence base for future CPO activity and also to support funding applications. It will therefore be important for consultants to demonstrate knowledge of these areas. 8. Contract The appointment will be made by Leicester City Council. The Council has a standards form of consultancy agreement. 9. Guide Price A guide price for this commission is £50,000 8. Payment of Fees Payment of fees, including expenses and disbursements, will be staged and a schedule of payment intervals will be agreed with the appointed consultants. Fees will be paid in arrears on satisfactory completion of agreed work stages. 9. Tender Submission arrangements and selection criteria: As a minimum all responses should include: A response to the brief outlining the methodology for the work, including project plan and timescale. A price for the work including a detailed breakdown of costs excluding VAT and including expenses. Examples of relevant experience and similar work undertaken. Details of project management arrangements and individual responsibilities for the work, including an estimate of each individual’s time/cost contribution to the project. Named members of the team that will undertake different elements of the work, including CVs with skills, qualifications and examples of relevant experience. Contact details for two client references. Information on the tenderers public and employers liability insurance. Responses to the tender will be assessed against the following criteria: Quality of written proposal, including understanding of the brief. Calibre of project team and previous experience, Understanding of the issues of deliverability; expertise in feasibility and funding, expertise in assessing potential demand. Acceptability of the approach and methodology. Demonstrable understanding of the relationship of the Brief to the strategies and aspirations of the Client. Confidence in the ability of the consultant to meet the timetable for carrying out the work. Value for money. Tenders to be submitted electronically and another copy to be sent by post to: Melody Mapfumo C/O Yogesh Modi Ground Floor Wellington House 22- 30 Wellington Street Leicester, LE1 6HL To submit electronically here is the link: https://www.deltaesourcing.com/respond/97H58MY98Q Further information Care has been taken to write this specification as accurately as possible but does not presume to be definitive. If consultants wish to make a case for an altered specification with different/additional activities and deliverables you should write this in you method statement making any deviations from specification clear. If you require any further information concerning the tender process please contact Louise Seymour (0116 454 2901 [email protected])or David Beale on (0116 454 2904)or [email protected]). Please note that no questions will be answered which provide a competitive advantage to any party tendering. Should questions arise during the tendering period, which in our judgement are of material significance, we will inform all tenderers to explain the nature of the question and set-out our formal reply. Leicester City Council Waterside Strategic Regeneration Area- PAN0600 BUSINESS QUESTIONNAIRE PAN0600 Section A: CORPORATE DATA 1 1.1 BASIC DETAILS OF YOUR FIRM OR ORGANISATION The trading name of the firm or organisation seeking to contract with the Council 1.2 Contact person for enquiries about this form: please state name and job title/post) 1.3 Address for correspondence (with post code) Registered office address (if different from above) 1.4 Addresses of other offices (if applicable) 1.5 Phone number of person named in 1.2 1.6 E-mail address (if available) of person named in 1.2 1.7 Website of firm or organisation (if any) 1.8 Legal status of organisation Sole trader Please tick as appropriate. Public limited company Private limited company Limited partnership Limited liability partnership Social enterprise Cooperative Registered charity Voluntary, community interest or faith sector organization Other (please specify) 1.9 Company registration number and date (if registered at Companies House) 1.10 Charity Commission or other registration number (if applicable) 1.11 VAT registration number (if applicable) 1.12 1.13 If your organization is part of a Group, please state the name and Companies House registration number of the parent company. Are you acting as the lead organisation for a consortium? Yes No 1.14 If you answered Yes to 1.14, please list the members of your consortium. 1.15 How many staff does your organisation have in total? Include part-time staff and volunteers. 2 …………… Y MANAGEMENT 2.1 Please list the full names of the proprietors, directors, partners or trustees of your organization. 2.2 List here the names of any of the above who are or have been employed by Leicester City Council or Councillors of Leicester City Council or who have a relative, partner or associate who is employed by the Council at a senior level or who is a Councillor, or who have any involvement in other organisations that provide services to the Council. ……………………………………………………………………… ……………………………………………………………………… ……………………………………………………………………… ……………………………………………………………………… Business Probity Regulation 23 of the Public Contracts Regulations 2006 enables public sector authorities to exclude and disqualify organisations from tendering in the following circumstances: If an organisation that is a company: has had a winding-up order has gone into administration or is the subject of related legal proceedings has failed to meet its tax or social security obligations has court actions or industrial tribunal hearings outstanding against it has ever had to pay liquidated or unliquidated damages levied in respect of a failure to perform to the terms of a contract. If any of the Directors, Partners, Associates or the Company Secretary has been involved in any organisation that has been liquidated or gone into receivership has been convicted of a criminal offence relating to conspiracy, corruption, bribery, fraud, theft and/or money laundering or to the conduct of their business or profession has committed an act of grave misconduct in the course of their business or profession. If the tenderer is an individual and 3 3.1 is bankrupt or has been declared insolvent or has had a receiving order or administration order made against them. BUSINESS PROBITY Do you confirm that your organization to the best of your knowledge is not liable to exclusion from tendering on any of the grounds listed above? Yes No Section B: FINANCIAL DATA 4 4.1 FINANCIAL INFORMATION Please state your total turnover in each of the last two financial years (if you are leading a consortium please state its aggregated turnover). Note: The Council normally requires a firm or organisation to have a level of annual turnover that is at least twice the £……………… £……………… for year ended --/-/-- for year ended -/--/-- estimated value of the contract for which the firm or organization is seeking to tender. Y INSURANCE 5 5.1 Please indicate the levels of insurance cover that you hold: Public liability ……………………………………… Employers liability ……………………………………… Professional Indemnity (if applicable) …N/A…………………………………… Cover for working with, removal and disposal of asbestos-containing materials (if applicable) ……………………………………… Product liability (if applicable) ………………………………… The council expects a minimum level of £10million for Public Liability, £10million for Employer’s Liability and £5million for Professional Indemnity. If you do not have the sufficient levels, please tick this box if you are willing to get the required minimum standards prior to award. Section C: TECHNICAL CAPABILITY Quality Score 60% Criteria Score Very high standard with no reservations at all and exceeding the Council’s requirements. 4 High standard and Council’s requirements are met. 3 Good standard and Council’s requirements generally met but with some reservations. 2 Low standard with significant reservations. 1 Fails to meet minimum acceptable standard. 0 6 ACTIVITIES & STAFF RESOURCES 6.1 A response to the brief outlining the methodology for the work, including project plan and timescale. (30%). 6.2 Details of project management arrangements and individual responsibilities for the work, including an estimate of each individual’s time/cost contribution to the project. (10%). 6.3 Named members of the team that will undertake different elements of the work, including CVs with skills, qualifications and examples of relevant experience. (10%) 7. Reference 10% 7 EXPERIENCE AND REFERENCE CONTRACTS 7.1 Track record and experience relevant to the brief - Please summarise your experience within the past 3 (three) years of undertaking contracts similar to those for which this projects relates to, including contracts for local authority clients, other public sector bodies, voluntary organisations, community groups and private sector organisations. Demonstrate a good understanding of the project, knowledge and experience of undertaking similar commissions. (maximum 250 words) (weighting 1.5 – maximum points 6 out of 50) 7.2 Please provide brief details of 3 (three) significant public sector contracts which your organisation has performed within the past 2 (two) years. Contract 1 7.3 Client/customer organisation (name) Website (if available) 7.4 Customer contact name, phone number and email * Contract 2 Contract 3 7.5 Date contract awarded 7.6 Date contract completed 7.7 Brief description of contract (maximum 100 words) 7.8 Contract value 7.9 If you cannot provide information on at least one reference contract, please briefly explain why (maximum 100 words) Section D: BUSINESS APPROACH Health & Safety Any organisation employing five or more people has by law to prepare and bring to the attention of employees a written Health and Safety Policy Statement. A Heath and Safety Policy usually has three distinct sections namely: General Policy Statement – a short statement outlining the organisation’s commitment to health and safety, signed and dated by the senior organisation official (for example the Managing Director) Organisation – how the organisation addresses health and safety; lines of communication between managers and staff; and any specific duties/responsibilities assigned within the organisation – this should be relatively straightforward for small organisations. Arrangements – the systems and procedures in place for ensuring employees’ health and safety at work. “System” means processes and procedures to ensure that health and safety is properly managed and that legal requirements are met. The Council may request that you provide at short notice a copy of your Health and Safety Policy, any codes of safe working practices issued to employees, and/or risk assessments. You should have these documents readily available. 8 8.1 HEALTH & SAFETY Does your organisation have a health and safety policy supported by documented health and safety procedures? Yes No 8.2 8.3 8.4 9 9.1 10 10.1 11 11.1 Does your organisation either have a person on the staff qualified in health and safety or have access to competent advice from an external health and safety specialist? Is your organisation a member of a recognised health and safety accreditation scheme such as CHAS (Contractors Health and Safety Assessment Scheme) Can you confirm that your organisation has not been prosecuted under any relevant health and safety legislation within the last five years? Yes No Yes No Yes No Yes No Yes No Yes No EQUALITY Does your organisation apply written procedures ensuring compliance with equality and anti-discrimination legislation? ENVIRONMENTAL MANAGEMENT Does your organisation apply documented environmental management procedures aimed at the reduction of energy consumption, carbon footprint and waste, and the promotion of recycling? BUSINESS CONTINUITY Does your organisation have in place measures that will enable you to maintain your business activities in the event of an emergency situation or unforeseen event? LOCAL SUSTAINABILITY & COMMUNITY BENEFITS 12 12.1 Does your organisation have experience of delivering community benefits in terms of, for example, apprenticeship or training schemes, support for local projects and volunteering? Yes No Yes No DATA PROTECTION 13 13.1 Does your organisation apply procedures for the protection of personal information about individuals in conformity with the Data Protection Act 1998? 14 Pricing Lump Sum (30% marks): The lowest price costs submitted will be allocated 30%. All other bids will be awarded marks to the following formula: 30% x (Pm/P) Where: Pm = the lowest tendered offer P = the specific supplier offer under consideration REQUEST FOR QUOTATION (RFQ) PLEASE NOTE THIS IS NOT AN ORDER If this quotation is successful then an Official Order will be raised. Date: 03/03/2014 AUTHORISED OFFICER Delivery Address or Site (if different) Contact Name: Melody Mapfumo Leicester City Council (LCC), B6, New Walk Centre, Welford Place, Leicester LE1 6ZG Telephone Number: Email: IMPORTANT INFORMATION Your quotation will only be accepted on this form as an irrevocable offer (in consideration of your being invited to quote) and emailed by 03/03/2014- 17:00hrs to the Authorised Officer, name shown above. Conditions are on Council terms unless specified otherwise. Also, LCC’s requirement will need to meet LCC and other industry standards/policies, please see below for full details. Quotations will only be accepted on this Document ONLY. However, you may attach associated documents if necessary. DETAILS OF REQUIREMENT Name of Company Providing Quote: Deviation/Variation of the above specification will/will not be considered, please state in the box provided below what these are. DEVIATION/VARIATION (from the above Specification) QUOTATION TOTAL (“the Contract Price”) +VAT if applicable £ IMPORTANT INFORMATION FOR THE SUPPLIER The above Quotation should remain open for acceptance by Leicester City Council for a minimum of 30 days from the deadline for submissions date, as shown in the Source Leicestershire advert. To the Supplier: If your quotation expires later than this date, then please state here the exact date: ……………………………… Your signature ………………………………………………. for and behalf of ..…………………………………….……………………… (Company Name) Pricing Additional Work (10% marks): Above evaluation Criteria Applies PRICING SCHEDULE You may be required to do additional work related to this brief for short periods of time, please quote day rates and hourly rates for providing the service. Table B – Nominated Person Input below the name of Consultant and categorisation level i.e. Director, Senior Consultant , Technical Design TASKS (£) Task 1 – [input details in cell] No. of days *Daily Rate £ Hourly Rate £ Total Assignment Cost Expand the table to your proposed requirement (if needed): Standard working day 7.5hours. * These rates will be used for any additional works that project may require. *D Appendix 1 Scoring of Selection Questionnaire 1. Basic Details of Organisation 1.1-1.16 not scored; for information only, but must be answered in full. Failure to provide any item of information will be considered non-compliant and the applicant may not be considered further in the evaluation. 2. Management 2.1-2.2 pass/fail; fail if list requested in 2.1 is not attached, if information requested in 2.2 is not provided, or if the answer to 2.2 indicates a potential conflict of interest 3. Business probity 3.1 pass/fail; fail if answer is NO 4. Financial information 4.1-4.5 pass/fail; fail if information not provided or insufficient turnover and answer to 4.3, 4.4 or 4.5 is NO. 5 Insurance 5.1 pass/fail; fail if the contractor does not have the minimum level of insurance cover or cannot provide it for any of the applicable insurances 5.2 pass/fail; if the contractor has been refused insurance 6. Activities and Staff Resources 6.1 max points 30% Full and detailed information 6.2 max points 10% Full and detailed information 6.3 max points 10% Full and detailed information 7. Experience 7.1-7.9 max points 10% Full and detailed information 8. Quality assurance 8.1 for information only 8.2 for information only 8.3 for information only 8.4 for information only 9. Health and safety 9.1 for information only 10. Equalities 10.1 for information only 11. Training 11.1 for information only 12. Environmental management 12.1 for information only 13 Data Protection 13.1 for information only
© Copyright 2026 Paperzz