Bristol City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Colston Hall Acoustic Consultant |
Notice type: | Contract Notice |
Authority: | Bristol City Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This brief is to enable the commissioning of a Specialist Concert Hall Theatre Acoustic Consultant to provide technical input and expertise to the main design team for the proposed redevelopment of the Colston Hall, Bristol, BS1 5AR, UK. The commission will be for the period from 1 October 2015 until 31 March 2020 and managed via a consultancy agreement. The commission may be extended after 31 March 2020 if required for a further period of up to 12 months. This project will not be opened for other purchasers. |
Published: | 17/07/2015 08:35 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Email: john.thompson@bristol.gov.uk, URL: NUT Code UKK11 www.bristol.gov.uk, URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
Contact: Partnerships, Procurement and Commissioning, Attn: John Thompson
Electronic Access URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
Electronic Submission URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Recreation, culture and religion
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Colston Hall Acoustic Consultant
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKK11 - Bristol, City of
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Sound insulation and room acoustics consultancy services. Technical services. Technical inspection services. Architectural, construction, engineering and inspection services. Architectural and related services. Architectural, engineering and surveying services. This brief is to enable the commissioning of a Specialist Concert Hall Theatre Acoustic Consultant to provide technical input and expertise to the main design team for the proposed redevelopment of the Colston Hall, Bristol, BS1 5AR, UK. The commission will be for the period from 1 October 2015 until 31 March 2020 and managed via a consultancy agreement. The commission may be extended after 31 March 2020 if required for a further period of up to 12 months. This project will not be opened for other purchasers.
II.1.6)Common Procurement Vocabulary:
71313200 - Sound insulation and room acoustics consultancy services.
71356000 - Technical services.
71631000 - Technical inspection services.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71250000 - Architectural, engineering and surveying services.
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: 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:
This brief is to enable the commissioning of a Specialist Concert Hall Theatre Acoustic Consultant to provide technical input and expertise to the main design team for the proposed redevelopment of the Colston Hall, Bristol, BS1 5AR, UK. The consultant appointed will have a key role in working with the appointed cross functional design team to move forward proposals which will result in the development of a world class concert hall. The intention is to develop through a re-imagining and substantial new build within the envelope of the existing grade II listed building. The commission will be for the period from 1 October 2015 until 31 March 2020 and managed via a consultancy agreement. The commission may be extended after 31 March 2020 if required for a further period of up to 12 months. The appointment of the Specialist Concert Hall Theatre Acoustic Consultant will provide a key role, to developing a world class concert hall. It is the intention of Bristol City Council and Bristol Music trust to appoint the Specialist Concert Hall Theatre Acoustic Consultant to work as part of the design team, led by the architects, Levitt Bernstein. Bristol City Council has given serious consideration regarding lotting for the overall refurbishment of Colston Hall. This consideration was balanced against risks to the overall services requirements and the need to obtain value for money. To ensure SME’s could participate within the overall refurbishment of Colston Hall it was decided by the Project Team that the Council would procure a specialist stage technical consultant and an acoustic consultant to work as part of the design team, led by the architects, Levitt Bernstein.
Estimated value excluding VAT:
Range between: 300,000 and 550,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/10/2015
Completion: 31/03/2021
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:
Information will be provided in the Tender, Online Questionnaire and supporting documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Information will be provided in the Tender, Online Questionnaire and supporting documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority reserves the right to require grouping contractors to take a particular form or to require a single contractor to take a primary liability or to require that each contractor undertakes joint or several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As specified in the Invitation to Tender documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with the Invitation to Tender document
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts Regulations 2015 and set out in the Invitation to Tender, on-line questionnaire and Award Criteria documents.
Minimum Level(s) of standards possibly required:
In accordance with the Public Contracts Regulations 2015 and set out in the Invitation to Tender, on-line questionnaire and Award Criteria documents.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts Regulations 2015 and set out in the Invitation to Tender, on-line questionnaire and Award Criteria documents.
Minimum Level(s) of standards possibly required:
In accordance with the Public Contracts Regulations 2015 and set out in the Invitation to Tender, on-line questionnaire and Award Criteria documents.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service 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: Open
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: Reqd 1001401
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 18/08/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 19/08/2015
Time: 12:00
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 Not Provided
IV.3.8)Conditions for opening tenders
Date: 19/08/2015
Time: 12:01
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)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: 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. Electronic ordering, invoicing and payment will be used.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151861456
GO-2015717-PRO-6807038 TKR-2015717-PRO-6807037
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700
VI.4.2)Lodging of appeals: In accordance with English law and the Public Contracts Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 17/07/2015
ANNEX A