loading
  • GB-M60 2JR Manchester
  • 19.03.2018
  • Ausschreibung
  • (ID 2-292537)

Management Contract for the refurbishment of Manchester Town Hall and Albert Square


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.03.2018, 12:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Bauleistung / sonstige / Objektplanung Gebäude / Objektplanung Freianlagen
    Sprache Englisch
    Aufgabe
    The Council are looking to procure a management contractor for the refurbishment of Manchester Town Hall and Albert Square to provide modern office, civic, commercial, visitor and events accommodation. The Town Hall is a Grade 1 Listed building, opened in 1877. The successfully appointed management contractor will be responsible for awarding and managing the works by letting a series of work packages. The Council will not be responsible for the appointment of any of the works packages. The management contractor will act as principal contractor and have responsibility for planning and cost control; advising on the packaging of works and managing the delivery of the programme including procuring and entering into the work package contracts, management of the supply chain and delivery of all works packages; managing the co-ordination of the design team and integration between the project team, the Council and Works Contractors.
    Leistungsumfang
    The Council are carrying out this procurement for a management contractor under Regulation 30 of the Public Contracts Regulations 2015 (as amended). The appointed management contractor shall be responsible for managing the project and procuring the various downstream work packages (may be 80 plus in number, ranging from GBP 10 000 - GBP 40 000 000, but predominantly in the order of GBP 100 000 - GBP 10 000 000) over a 4 year programme, depending on the work packaging strategy which the management contractor chooses to adopt. The overall cost of the Works is estimated to be in the region of 150 000 000 – 190 000 000 GBP. Further information about the proposed works packages is set out in the supporting document. The form of contract will be the JCT Management Building Contract 2016 (as amended by the Council).
    Adresse des Bauherren UK-M60 2JR Manchester
    TED Dokumenten-Nr. 67003-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Manchester: Construction work

      2018/S 031-067003

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Manchester City Council
      Town Hall Extension, Level 3
      Manchester
      M60 2JR
      United Kingdom
      Contact person: Miss Danielle Messina
      Telephone: +44 1612344018
      E-mail: 
      MjExWSNiWmhoXmNWNWJWY1hdWmhpWmcjXGRrI2pg
      Fax: +44 1612740013
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.manchester.gov.uk

      Address of the buyer profile: http://www.manchester.gov.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.the-chest.org.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.the-chest.org.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Management Contract for the refurbishment of Manchester Town Hall and Albert Square

       

      Reference number: DN292710
      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      The Council are looking to procure a management contractor for the refurbishment of Manchester Town Hall and Albert Square to provide modern office, civic, commercial, visitor and events accommodation. The Town Hall is a Grade 1 Listed building, opened in 1877. The successfully appointed management contractor will be responsible for awarding and managing the works by letting a series of work packages. The Council will not be responsible for the appointment of any of the works packages. The management contractor will act as principal contractor and have responsibility for planning and cost control; advising on the packaging of works and managing the delivery of the programme including procuring and entering into the work package contracts, management of the supply chain and delivery of all works packages; managing the co-ordination of the design team and integration between the project team, the Council and Works Contractors.

       

      II.1.5)Estimated total value
      Value excluding VAT: 190 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      37311300
      39171000
      44316000
      45112700
      45212300
      45212350
      45212423
      45232140
      45232141
      45261900
      45262100
      45262510
      45262511
      45262522
      45262600
      45262650
      45262660
      45262670
      45262690
      45312100
      45315100
      45331210
      45332000
      45333000
      45340000
      45410000
      45421100
      45430000
      45441000
      45443000
      45451000
      50432000
      50850000
      71000000
      92312230
      II.2.3)Place of performance
      NUTS code: UKD3
      II.2.4)Description of the procurement:

       

      The Council are carrying out this procurement for a management contractor under Regulation 30 of the Public Contracts Regulations 2015 (as amended). The appointed management contractor shall be responsible for managing the project and procuring the various downstream work packages (may be 80 plus in number, ranging from GBP 10 000 - GBP 40 000 000, but predominantly in the order of GBP 100 000 - GBP 10 000 000) over a 4 year programme, depending on the work packaging strategy which the management contractor chooses to adopt. The overall cost of the Works is estimated to be in the region of 150 000 000 – 190 000 000 GBP. Further information about the proposed works packages is set out in the supporting document. The form of contract will be the JCT Management Building Contract 2016 (as amended by the Council).

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70 %
      Quality criterion - Name: Social Value / Weighting: 20 %
      Price - Weighting: 10 %
      II.2.6)Estimated value
      Value excluding VAT: 190 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 53
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

       

      As specified in the Selection Questionnaire, please refer to VI.3.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      The Council may require a parent company guarantee from a parent company of the Management Contractor guaranteeing the full and due performance of the Management Contractor under or in connection with the Contract and to reimburse the Council for any losses incurred by the Council by reason of any breach by the Management Contractor.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 19/03/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Interested parties must submit a completed selection 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 Once registered, applicants will be emailed a log-in and password which will allow applicants to gain access to the selection questionnaire. Applicants will need to electronically submit the completed selection questionnaire and accompanying documentation via the on-line portal by 12 noon on 19.3.2018 as referred to in IV.2.2 in order to request to participate in the project. Any clarification queries must also be submitted via the Chest website by the date referred to in the selection questionnaire.

      The anticipated number of applicants expected to be shortlisted following the evaluation of the selection questionnaire is 5, which will then be reduced to 3 following the submission and evaluation of the Outline solution in response to the invitation to submit outline solution (ISOS).

      The successfully appointed management contractor 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 as relevant to the subject matter of this project. The works are likely to occur over a 4 year period, however the management contractor’s contract will be of a longer duration to incorporate soft landings and an aftercare periods’. The values as indicated in II.I.5 and II.2.6 includes work packages which will be procured by the management contractor as well as their fee. Work packages are expected to fall within the following categories: Surveys and enabling works, External envelope, Internal design and fit out, Public realm, Mechanical and electrical, Public health, heritage and historic assets.

      The Council will be holding a Launch Event at the Town Hall on Wednesday 28.2.2018. A maximum of 5 people per bidder are invited to attend the event. To register for this event, please email a list of your proposed attendees to Town Hall Email address — MjEyY2lmaGNrYlxVYGA0YVViV1xZZ2hZZiJbY2oiaV8= by close of play on Monday 19.2.2018. The event is open to representatives from a range of organisations which are relevant to the successful delivery of the project. Potential supply contractors, heritage groups and voluntary organisations may also be in attendance. The Launch Event will be captured by video. The video and slides used in the event will be posted on to The Chest for those potential Bidders that are unable to attend.

      The number of Bidders progressing through the selection stage will be subject to a quality threshold. The aggregate weighted scored must be 60 % or above that of the total available score.

      The Council reserves the right to award the contract in whole or not at all, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed contract.

      All discussions and meetings shall be conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      N/A
      N/A
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      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 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).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/02/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 14.02.2018
Zuletzt aktualisiert 14.02.2018
Wettbewerbs-ID 2-292537 Status Kostenpflichtig
Seitenaufrufe 49