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

Provision of Design Services Lots 1-7 for the Factory Development, Manchester.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Manchester City Council
Room 407, Town Hall
For the attention of: Miss Danielle Messina
M60 2JR Manchester
UNITED KINGDOM
Telephone: +44 1612344018
E-mail:

Internet address(es):

General address of the contracting authority: http://www.manchester.gov.uk

Further information can be obtained from: Manchester City Council
Room 407, Town Hall
For the attention of: Danielle Messina
M60 2JR Manchester
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Manchester City Council
Room 407, Town Hall
For the attention of: Danielle Messina
M60 2JR Manchester
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: Manchester City Council
Room 407, Town Hall
For the attention of: Danielle Messina
M60 2JR Manchester
UNITED KINGDOM
E-mail:

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:
Provision of Design Services Lots 1-7 for the Factory Development, Manchester.
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
NUTS code
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)
Full range of design services for development of the Factory, Manchester split into 7 lots including architectural services, building services engineer services/mechanical and electrical consultants, structural and civil engineers, cost consultant and employer's agent, fire engineer, theatre consultant, and acoustic engineer services.
II.1.6)Common procurement vocabulary (CPV)

71222000, 79415000, 71210000, 71313200, 71334000, 71400000, 71221000, 71244000, 71311000, 71312000, 71320000, 71315200, 71317100, 79418000, 71243000, 71317210, 79932000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated 9 520 000 GBP overall for all Lots. Please refer to ‘Information About Lots’ for estimated values for separate Lots.
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
Duration in months: 45 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Architectural Services
1)Short description
Lead design consultant, preparation and brief, concept design, development design, technical design, provide construction production information, handover and close out.
2)Common procurement vocabulary (CPV)

71220000, 71200000, 71400000, 71222000

3)Quantity or scope
Estimated 4 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Theatre Consultant Services
1)Short description
Provide theatre consultant design services from feasibility and design options, developed design, technical design including auditorium, rehearsal rooms, hall design and other spaces relating to producing and performance, construction production information, handover and close out.
2)Common procurement vocabulary (CPV)

79415200, 71243000, 71315200, 71317210, 79932000

3)Quantity or scope
Estimated 1 200 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Structural & Civil Engineer Services
1)Short description
Provide structural and civil engineering design services to produce the structural design, including that relating to the production of 3-D special co-ordination and clash detection between the structural and other design elements from pre-construction, construction and handover and close out.
2)Common procurement vocabulary (CPV)

71312000, 71311000

3)Quantity or scope
Estimated 1 250 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Building Services Engineer Services
1)Short description
Responsible for ensuring that all aspects of the mechanical and electrical design are fully co-ordinated including the production of 3-D clash detection between the mechanical and electrical services and any other design elements from pre-construction, construction and handover and close out.
2)Common procurement vocabulary (CPV)

71300000, 71320000, 71321000

3)Quantity or scope
Estimated 1 250 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 5 Lot title: Cost Consultant and Employer's Agent Services
1)Short description
Responsible for cost management services including concept design, options appraisals, developed design, technical design, contract pricing, change management, cost control during construction, signing monthly valuations as client representative and final account settlement.
2)Common procurement vocabulary (CPV)

71324000, 71244000, 79418000

3)Quantity or scope
Estimated 1 300 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 6 Lot title: Fire Engineer Services
1)Short description
Provide fire engineer services developing the fire strategy from pre-construction, construction and handover and close out.
2)Common procurement vocabulary (CPV)

71300000, 71317000, 71317100

3)Quantity or scope
Estimated 100 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 7 Lot title: Acoustic Engineer Services
1)Short description
Provide acoustic engineering services developing the acoustic strategy from pre-construction, construction and handover and close out.
2)Common procurement vocabulary (CPV)

71300000, 71313200

3)Quantity or scope
Estimated 420 000 GBP.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 45 (from the award of the contract)
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:
Performance bond and/or parent company guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The contract will be governed by English law. Payments of the contract price will be made in GBP sterling.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: As specified in the pre-qualification questionnaire, please refer to VI.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in the pre-qualification questionnaire, please refer to VI.3.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified in the pre-qualification questionnaire, please refer to VI.3.
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 6
Objective criteria for choosing the limited number of candidates: As specified in the pre-qualification questionnaire,please refer to VI.3.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
TC818
IV.3.2)Previous publication(s) concerning the same contract
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
26.8.2015 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.9.2015
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
Persons authorised to be present at the opening of tenders: no

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: yes
Reference to project(s) and/or programme(s): EU funds may be involved in the funding of the contract(s).
VI.3)Additional information

Manchester City Council wishes to procure and develop a new type of venue, one that can commission, produce and present the widest range of new and existing lyric work, visual arts and popular culture. The City Council is working in collaboration with Allied London. The Factory will be a unique large scale, ultra flexible arts space capable of transforming from an up to 2 200 seat theatre to an immersive artistic environment with a standing capacity of 5,000 and will be located in the St John's area of the city. The building will be around 17 100 m² and include auditorium, foyers, back of house support spaces, rehearsal rooms, commercial spaces and plant/circulation areas. Manchester City Council wishes to procure the full range of design services for the new arts venue and the Council's requirements will be divided into 7 Lots. The Council is seeking applications from suitably qualified and experienced suppliers, with proven track record in delivering cultural buildings, to provide design services, architectural services, building services engineer services/mechanical and electrical consultants services, structural and civil engineer services, cost consultant and employer's agent services, fire engineer services, theatre consultant services, performance design specialists including full acoustic designer. The overall net construction cost is estimated to be approximately 84 000 000 GBP. A list of key project milestone dates is included below: Concept Design November 2015 to January 2016; Detailed Design & Production Drawings February 2016 to January 2017; Build Period January 2017 to December 2018; Fit Out & Commissioning January 2019 to June 2019; Opening July 2019, further details are given in the Council's Technical Brief and Services Schedules available with the pre-qualification questionnaire. It is anticipated that the design services will be required from November 2015 to July 2019. Interested parties must submit a pre-qualification questionnaire by way of expression of interest. The Council is using the e-business portal known as THE CHEST (www.the-chest.org.uk). Applicants will need to register their details at the following link https://www.the-chest.org.uk/procontract/supplier.nsf/frm_factory openForm Once registered, applicants will be emailed a log-in and password which will allow applicants to gain access to the pre-qualification questionnaire. Applicants will need to electronically submit the completed pre-qualification questionnaire and accompanying documentation via the on-line portal by 10:00 on 26.8.2015, as referred to in IV.3.4. Any clarification queries must also be submitted via THE CHEST website by the date referred to in the pre-qualification questionnaire. The successful tenderer(s) will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations.

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 Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers prior to entering into the contract. If an appeal regarding the award of a contract is communicated to tenderers prior to entering into the contract. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages and/or shorten or order the contract ineffective.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.7.2015