Salford City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Specialist Operator Post-production Service at The Landing |
Notice type: | Contract Notice |
Authority: | Salford City Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | We are looking for an Operator for the 2nd Floor post-production hub at The Landing who can commercialise this physical and technology space whilst facilitating talent amongst a broad SME/freelance community. The Landing will present and drive a unified vision for industry engagement across its overall footprint but there is an opportunity for the Operator of the Post-Production hub to present its own brand as a public-facing marketed entity. The Landing will manage the income generated by Operators and pay the Operators a percentage fee in return. The Operator will be contracted to achieve a level of income sufficient to balance the targeted project costs. Further details are contained within the tender documents |
Published: | 12/02/2016 16:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866295, Email: andrew.white@salford.gov.uk, URL: www.salford.gov.uk, URL: www.salford.gov.uk
Attn: Andrew White
Electronic Access URL: www.the-chest.org.uk
Electronic Submission URL: www.the-chest.org.uk
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:
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Specialist Operator Post-production Service at The Landing
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKD3 - Greater Manchester
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:
Entertainment film production. Entertainment videotape production. Television production services. Digital Television. Interactive Television. Facilities management services for computer systems development. We are looking for an Operator for the 2nd Floor post-production hub at The Landing who can commercialise this physical and technology space whilst facilitating talent amongst a broad SME/freelance community.
The Landing will present and drive a unified vision for industry engagement across its overall footprint but there is an opportunity for the Operator of the Post-Production hub to present its own brand as a public-facing marketed entity.
The Landing will manage the income generated by Operators and pay the Operators a percentage fee in return. The Operator will be contracted to achieve a level of income sufficient to balance the targeted project costs. Further details are contained within the tender documents
II.1.6)Common Procurement Vocabulary:
92111310 - Entertainment film production.
92111320 - Entertainment videotape production.
92221000 - Television production services.
92224000 - Digital Television.
92225000 - Interactive Television.
72514200 - Facilities management services for computer systems development.
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:
Not Provided
Estimated value excluding VAT:
Range between: 500,000 and 1,000,000
Currency: GBP
II.2.2)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: 24 (from the award of the contract)
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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
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:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2015/S 231 - 420014 of 26/11/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 07/03/2016
Time-limit for receipt of requests for documents or for accessing documents: 14:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/03/2016
Time: 14:00
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
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Date: 08/03/2016
Time: 14:30
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=189792676
GO-2016212-PRO-7751653 TKR-2016212-PRO-7751652
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Salford City Council
Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 01616866295, Email: procurement@salford.gov.uk, URL: www.salford.gov.uk
VI.4.2)Lodging of appeals: Not Provided
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: 12/02/2016
ANNEX A
View any Notice Addenda
UK-Salford: Entertainment film production.
Section I: Contracting Authority
Title: UK-Salford: Entertainment film production.
I.1)Name, Addresses And Contact Point(s)
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866295, Email: andrew.white@salford.gov.uk, URL: www.salford.gov.uk, URL: www.salford.gov.uk
Attn: Andrew White
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Specialist Operator Post-production Service at The Landing
II.1.2)Short description of the contract or purchase:
Entertainment film production. Entertainment videotape production. Television production services. Digital Television. Interactive Television. Facilities management services for computer systems development. We are looking for an Operator for the 2nd Floor post-production hub at The Landing who can commercialise this physical and technology space whilst facilitating talent amongst a broad SME/freelance community.
The Landing will present and drive a unified vision for industry engagement across its overall footprint but there is an opportunity for the Operator of the Post-Production hub to present its own brand as a public-facing marketed entity.
The Landing will manage the income generated by Operators and pay the Operators a percentage fee in return. The Operator will be contracted to achieve a level of income sufficient to balance the targeted project costs. Further details are contained within the tender documents
II.1.3)Common procurement vocabulary:
92111310 - Entertainment film production.
92111320 - Entertainment videotape production.
92221000 - Television production services.
92224000 - Digital Television.
92225000 - Interactive Television.
72514200 - Facilities management services for computer systems development.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2016 - 173541
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 12/02/2016
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice:
Place of dates to be modified: IV.3.4 Time limit for receipt of tender or request to participate
Instead of: 08/03/2016 Time: 14:00
Read: 11/03/2016 Time: 14:00
Place of dates to be modified: IV.3.8 Conditions for Opening Tender
Instead of: 08/03/2016 Time: 14:30
Read: 11/03/2016 Time: 14:30
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=194030899
GO-201638-PRO-7868031 TKR-201638-PRO-7868030
VI.5)Date of dispatch: 08/03/2016
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866295, Email: andrew.white@salford.gov.uk
Main Address: https://www.salford.gov.uk, Address of the buyer profile: https://www.salford.gov.uk
NUTS Code: UKD3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Specialist Operator Post-production Service at The Landing
Reference number: Not Provided
II.1.2) Main CPV code:
92111310 - Entertainment film production.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: We are looking for an Operator for the 2nd Floor post-production hub at The Landing who can commercialise this physical and technology space whilst facilitating talent amongst a broad SME/freelance community.
The Landing will present and drive a unified vision for industry engagement across its overall footprint but there is an opportunity for the Operator of the Post-Production hub to present its own brand as a public-facing marketed entity.
The Landing will manage the income generated by Operators and pay the Operators a percentage fee in return. The Operator will be contracted to achieve a level of income sufficient to balance the targeted project costs. Further details are contained within the tender documents
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
92111310 - Entertainment film production.
92111320 - Entertainment videotape production.
92221000 - Television production services.
92224000 - Digital Television.
92225000 - Interactive Television.
72514200 - Facilities management services for computer systems development.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: Specialist Post-production Operations
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70%
Cost criterion - Name: Price / Weighting: 30%
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 231-420014
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/04/2016
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
doc10 Limited
Peel Dome, The Trafford Centre, Manchester, M17 8PL, United Kingdom
Tel. +44 618865249
NUTS Code: UKD3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 355,541.87
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=201618687
VI.4) Procedures for review
VI.4.1) Review body
Salford City Council
Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 01616866295, Email: procurement@salford.gov.uk
Internet address: http://www.salford.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/05/2016