Architect Lead Design Team – London Film School Barbican Project
LFS are looking for an architect lead design team to move the London Film School into Exhibition Hall 1 of the Barbican Arts Centre in the City of London.
United Kingdom-London: Architectural, construction, engineering and inspection services
2013/S 226-392827
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
The London Film School
24 Shelton Street
Contact point(s): Development Department
For the attention of: Kate Wilson
WC2H 9UB London
UNITED KINGDOM
Telephone: +44 2078369642
E-mail: k.wilson@lfs.org.uk
Internet address(es):
General address of the contracting authority: http://www.lfs.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA29108
Electronic access to information: http://ftp.lfs.org.uk/?ShareToken=BA44D075CC96B3754D002C5BDC123D77B9F0B499
Electronic submission of tenders and requests to participate: http://ftp.lfs.org.uk
Further information can be obtained from: The London Film School
24 Shelton Street
Contact point(s): Development Department
For the attention of: Kate Wilson
WC2H 9UB London
UNITED KINGDOM
Telephone: +44 2078368642
E-mail: k.wilson@lfs.org.uk
Internet address: http://www.lfs.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: Exhibition Hall 1, The Barbican Centre, Golden Lane, London EC2Y.
NUTS code UK
The design teams are to provide a full professional service to take the design from Feasibility Study (undertaken by Haworth Tompkins in 2012) to Planning and, subject to funding, to Tender and through Construction to completion and post-completion services. The design team should include:
— Architects – to carry out the roles or Architects, Lead Designer and Lead Consultant. Additional Services include preparing a Conservation Statement and negotiation withEnglish Heritage, City of London and local stakeholders as required and providing full design coordination of all fit out requirements
— Structural Engineers – structural design and Additional Services including research and analysis of existing structure, reinforcing design and design of stairs, balustrades and secondary steelwork
— Building Services and Environmental Engineers – Additional Services including ACE Agreement 1 Design including G3.11, G3.16, G3.17 and G3.20 from G3 of Part G(b), assisting the Cost Consultant with lifecycle costing, below ground drainage, and soft landings.
— Acoustic Consultant – design and specification of all aspects of acoustic isolation of spaces and of control of reverberation.
— Cost Consultant – including cost planning, life cycle costing, risk assessments, value engineering, procurement advise, bills of quantities, compiling and issue of tenders and contracts, tender reports, conrtractual negotiations, valuations and agreement of final certificate.
— CDM Coordinator.
LFS will appoint a Project Manager and Cinema and AV Consultant separately.
LFS have been awarded Stage 1 development funding from the British Film Institute and Creative Skillset, the UK’s creative industries’ training body, and will commence work immediately after appointing a design team to submit a planning application in April 2014. Thereafter an opening by Sept 2016 is being targeted.
The Lead Architect must demonstrate professional registration and evivdence a minimum turnover of GBP 2M p.a. over the last 3 years. Lead Architects will be shortlisted further to information provided in the PQQ.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=110464
71000000
Estimated value excluding VAT: 5 900 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The design teams are to provide a full professional service to take the design from Feasibility Study to Planning and, subject to funding, to Tender and through Construction to completion and post-compeltion services.
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(3) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Minimum turnover of GBP 2M per annum for the last three years.
PII minimum of GBP 5M.
Public Liability Insurance minimum of GBP 10M.
Employers’ Liability Insurance minimum of GBP 5M.
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(3) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Compliance with Health and Safety regulations (CDM Regulations 2007).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: PQQ includes considerations of:
1. Profile: company background, number of employees, management structure, BIM capability.
2. Financial Standing: turnover, credit rating, insurance, company hsitory (bankruptcy, suspended business activities, arrangements with credit0rs).
3. Health and Safety: policy, compliance with duties under CDM Regulations 2007, third party Health and Safety accreditation.
4. Quality Management: quality management sytem, third party accreditation.
7. Environmental Management: environmental management system, third party accreditation, approach to sustainable design.
8. Equal Opportunities: policy and compliance with equality legislation.
9. Relevant Experience: experience working on projects with a construction value between GBP 5M – GBP 10M, experience working with existing buildings, experience working on 20th Century listed buildings, experience working with higher education organisations, experience workign with film or TV studios or performing arts organisastions.
The most economically advantageous tender in terms of the criteria stated below
1. Lead Architect – Team and References. Weighting 20
2. Design Team Experience. Weighting 20
3. Response to Brief. Weighting 20
4. Fee Proposal. Weighting 20
5. Resource Allocation. Weighting 10
6. References. Weighting 10
Section VI: Complementary information
VI.5)Date of dispatch of this notice:19.11.2013