Leicester Waterside Strategic Regeneration Area

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