Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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