By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tender for hub operator(s) for the media enterprise centre.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Salford City Council
Salford Civic Centre, Chorley Road
Contact point(s): Corporate Procurement
For the attention of: Christine Flisk
M27 5DA Salford
UNITED KINGDOM
Telephone: +44 1616866245
E-mail:

Internet address(es):

Electronic access to information: www.thechest.nwce.gov.uk/

Electronic submission of tenders and requests to participate: www.thechest.nwce.gov.uk/

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tender for hub operator(s) for the media enterprise centre.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKD3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Facilities management services involving computer operation. Technical support services. Ancillary works for broadcasting. Television production services. Broadcast production equipment. Video games. Computer facilities management services. This tender will secure operator(s) to run three facilities at the unique Media Enterprise Centre in MediaCityUK. These three facilities are a gaming and interactive hub (focussing on games testing), a digital workflow hub (focussing on new broadcast technologies), and a content production hub (focussing on integrated post-production). The successful operator(s) will commercially run and grow these Hubs, using as a basis the unique facilities and technologies provided. This will be a long term partnership with the Media Enterprise Centre, running until May 2016.
II.1.6)Common procurement vocabulary (CPV)

72514100, 71356300, 45232331, 92221000, 32211000, 37532000, 72514000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This tender will secure operator(s) to run three facilities at the unique Media Enterprise Centre in MediaCityUK. These three facilities are a gaming and interactive hub (focussing on games testing), a digital workflow hub (focussing on new broadcast technologies), and a content production hub (focussing on integrated post-production). The successful operator(s) will commercially run and grow these Hubs, using as a basis the unique facilities and technologies provided. This will be a long term partnership with the Media Enterprise Centre, running until May 2016. The council is inviting suitably qualified and experience contractors to tender for its requirements.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 44 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Operator for the gaming and interactive hub at the MEC
1)Short description
The gaming and interactive hub facility spans 2 floors of the MEC and contains four (4) usability/testing labs, debrief rooms, breakout areas and extensive managed office/workspace.
2)Common procurement vocabulary (CPV)

37532000, 32211000, 72514100, 45232331, 72212421, 71356300, 72514000

3)Quantity or scope
The facility spans 2 floors of the MEC and contains four (4) usability/testing labs, debrief rooms, breakout areas and extensive managed office/workspace. The operator will therefore be invited to manage and develop a fully-equipped and unique facility in MediaCity.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Operator for the digital workflow hub at the MEC
1)Short description
The facility operates from the 4th floor and contains a number of industry "plays" which have, as a common denominator, a focus on digital workflow for end-to-end file-based working.
2)Common procurement vocabulary (CPV)

72514100, 37532000, 32211000, 92221000, 72212420, 45232331

3)Quantity or scope
The facility operates from the 4th floor and contains a number of industry "plays" which have, as a common denominator, a focus on digital workflow for end-to-end file-based working. The operator will therefore be invited to manage and develop a fully-equipped and unique facility in MediaCity.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Operator for the content production hub at the MEC
1)Short description
The facility comprises flexible managed workspace adjacent to an integrated post-production suite for rushes ingest and offline cuts.
2)Common procurement vocabulary (CPV)

72212420, 92221000, 45232331, 71356300, 37532000, 32211000, 72514000

3)Quantity or scope
The facility comprises flexible managed workspace adjacent to an integrated post-production suite for rushes ingest and offline cuts. The operator will be invited to manage and develop a fully-equipped and unique facility in MediaCity.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Operator to manage all hubs at the MEC
1)Short description
The gaming and interactive hub, the digital workflow hub and the content production hub. The MEC is located in the South Tower adjacent to the main MediaCity Studio Block, the MEC will occupy six (6) floors covering 53 500 sq ft. The MEC has been organised into three operating "hubs" which focus on key specialisms in today’s digital media and creative landscape.
2)Common procurement vocabulary (CPV)

72514000, 37532000, 32211000, 45232331, 92221000, 72212421, 72514100

3)Quantity or scope
The gaming and interactive hub, the digital workflow hub and the content production hub. The MEC is located in the South Tower adjacent to the main MediaCity Studio Block, the MEC will occupy six (6) floors covering 53 500 sq ft. The MEC has been organised into three operating "hubs" which focus on key specialisms in today’s digital media and creative landscape. The operator will therefore be invited to manage and develop a fully-equipped all 3 hubs.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
- Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
- Where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied:
(I) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(II) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.4.2012 - 19:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Salford City Council intends to set up a wholly owned special purpose vehicle for the purposes of providing the MEC and managing the hub operator contracts, and that the hub operator contracts will be between the operator and the SPV (or novated across to the SPV once it is established). Go Reference: GO-201238-PRO-3770719.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Salford City Council
Unity House, Civic Campus
M27 6AW Swinton
UNITED KINGDOM
E-mail:
Telephone: +44 1616866259

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
8.3.2012