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

Mountview Academy of Theatre Arts at Hornsey Town Hall.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Mountview Academy of Theatre Arts
Clarendon Road
Contact point(s): Deloitte LLP
For the attention of: Dan White
N22 6XF London
UNITED KINGDOM
Telephone: +44 2073034141
E-mail:

Internet address(es):

General address of the contracting authority: http://www.mountview.org.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
Other: Vocational drama training school
I.3)Main activity
Education
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:
Mountview Academy of Theatre Arts at Hornsey Town Hall.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Hornsey Town Hall
The Broadway
London
N8 9JJ

NUTS code UKI23

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)
Mountview Academy of Theatre Arts is looking to appoint an architect led integrated full design team to carry out services from RIBA stages D to L inclusive for the future move by Mountview Academy of Theatre Arts to Hornsey Town Hall.
The scope of the scheme includes the restoration of the grade II* Hornsey Town Hall and redevelopment to provide two theatre spaces, teaching studios, administration spaces, ancillary accommodation for Mountview's training programme, education and community work and public spaces.
Full planning permission and listed building consent has already been granted. The newly restored and redeveloped premises will be fitted out and available for occupation in the 2016 / 2017 academic year.
II.1.6)Common procurement vocabulary (CPV)

71200000 - IA14 - IA36 - IA41, 71221000, 71240000, 71340000, 71311210, 71312000, 71313000, 71313200, 71315210, 71315300, 71317100, 71318100, 71420000

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: no
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:
Mountview are looking to appoint an architect led integrated full design team to realise their vision and aims through to completion of the project. The scope will include all architecture, building surveying, FF&E;, landscape, lighting design, highways, services engineering, structural engineering, access, theatre design, acoustics, fire engineering design disciplines, with scope of services from RIBA Stages D - L inclusive , including BREEAM Assessor, environmental modelling (CFD analysis and thermal modelling), non planning related ecology and environmental advice, and obtaining all statutory approvals. The scope will include design related assistance to secure round 2 HLF funding. Full planning permission and listed building consent has already been obtained. Mountview are currently engaging planning advisors to work with the London Borough of Haringey to determine the best way of implementing the permission and meeting the vision and aims of Mountview.
The integrated design team is to comprise a full service to deliver the design and FF&E; fit out to the completion of the project. The scope will not include the Project Manager, Contract Administration, Cost Consultant, CDM co-ordinator, town planning advisor (including associated technical, environmental and heritage advisors), neighbourly matters, legal and insurance advice, surveys requiring contractors, topographical or measured surveys and hazardous material surveys, moving out of Mountview's current premises, which will be procured separately. There will be a separate competition to procure the construction works.
Estimated value excluding VAT:
Range: between 10 000 000 and 15 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 20.6.2013. Completion 1.9.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Deposits and guarantees may be required. Further details will be specified within the contract terms and documentation issued to selected tenderers
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The detail terms will be set out in the contract terms and documentation issued to selected tenderers
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The services provider including consortia will be required to become jointly and severally liable for the contract before acceptance.
Mountview Academy of Theatre Arts reserves the right to require a successful consortium to form a single legal entity in accordance with regulation 28 of the Public Contracts Regulations.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Detail terms will be set out in the contract terms and documentation issued to the selected tenderers.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Details of information required, minimum levels of standards required and other objective criteria to arrive at the tender shortlist are set out within the pre-qualification questionnaire which can be obtained from the contact in I.1.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details of information required, minimum levels of standards required and other objective criteria to arrive at the tender shortlist are set out within the pre-qualification questionnaire which can be obtained from the contact in I.1.
Minimum level(s) of standards possibly required: Details of minimum levels required are stated within the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details of information required, minimum levels of standards required and other objective criteria to arrive at the tender shortlist are set out within the pre-qualification questionnaire which can be obtained from the contact in I.1.
Minimum level(s) of standards possibly required:
Details of minimum levels required are stated within the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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: and maximum number 7
Objective criteria for choosing the limited number of candidates: Details of information required, minimum levels of standards required and other objective criteria to arrive at the tender shortlist are set out within the pre-qualification questionnaire which can be obtained from the contact in I.1.
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
8.4.2013 - 13:00
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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
1. Tenders and all supporting documents must be priced in GBP sterling. All payments will be made in GBP sterling.
2. Any contracts shall be considered as a contract made in England, according to English law and shall be subject to the exclusive jurisdiction of the English courts.
3. Contracts shall be based upon bespoke forms.
4. The Contracting Authority reserves the right not to award a contract as a result of the process at any stage. No cost or liability shall be incurred by the Authority as a result of terminating or suspending or amending of the award process.
5. Organisations expressing an interest in bidding for Mountview Academy of Theatre Arts at Hornsey Town Hall Contract will be sent a pre-qualification questionnaire, which must be completed and returned by the date set out at IV.3.4.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a 10 calendar days standstill period (or 15 days where non-electronic or fax methods are used) at the point that information on the award of contract is communicated to bidders. That notification will provide bidders with full information on the award decision. Unsuccessful bidders will be able to challenge the award decision within the standstill period before the Contract is entered into. The Public Contracts Regulations 2006 (as amended) provide for aggrieved bidders to take action before the High Court (England, Wales and Northern Ireland). Any such action must generally be brought within 30 days from the date when the bidder in question first knew or ought to have known that grounds for the bringing of proceedings had arisen.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.3.2013