Section one: Contracting authority
one.1) Name and addresses
National Museums Liverpool
127 Dale Street
Liverpool
L3 1DG
Telephone
+44 2087716445
Country
United Kingdom
NUTS code
UKD72 - Liverpool
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38949
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Colander Associates Ltd
Hill House, Fox Hill
London
SE19 2XA
Country
United Kingdom
NUTS code
UKI61 - Bromley
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Museums Liverpool: Waterfront Transformation - Canning Dock
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The National Museums Liverpool (NML), comprises of eight museums and galleries across Liverpool City Region, of which four are located in and around the Royal Albert Dock, part of Liverpool’s wonderful waterfront. Visually, it is a stunning location with a powerful heritage narrative that has been granted UNESCO World Heritage status. It is NML’s ambition to create a cohesive visitor experience for the waterfront that links story-telling, heritage, community, connectivity, and commercial income.
This competition has been instigated to find a diverse and highly skilled design team with the right approach and ethos, to partner with NML, and deliver a project that, once complete, is acknowledged and recognised for its innovation, inclusion, excellence and delight.
For the avoidance of doubt, this procurement relates to the design team services and not delivery of the development itself.
The transformation of NML’s waterfront project will dramatically enhance the gateway to Liverpool’s waterfront destination, unifying and identifying the whole of the NML waterfront area. The delivered designs will be accessible for all, supporting the knowledge and activities within the museum buildings, capturing and engaging people and becoming a much-loved place, where people from all walks of life feel welcome, respected and included. It will create an animated environment for the benefit of the museums, their visitors and employees of the many business in the area and the city. It will be a catalyst for social and environmental improvements in the area.
The anticipated value of the total development is 15-20m pounds sterling and it is NML's intention, funding permitting, to appoint the winning design team to take the project through to completion, though the scheme will be delivered in phases as funding becomes available.
Once the team has been appointed they will be required to design 1)Public Realm 2)Pedestrian Bridges 3)Animate the Graving Docks and 4)a new waterfront focal point - infrastructure for a temporary or permanent venue.
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71420000 - Landscape architectural services
- 71400000 - Urban planning and landscape architectural services
- 45220000 - Engineering works and construction works
- 92312000 - Artistic services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
Main site or place of performance
Liverpool Waterfront - Canning Dock
two.2.4) Description of the procurement
NML is conducting a restricted procedure pursuant to Regulation 28 PCR 2015 to procure its design team pursuant to this procurement process. While the procurement documents will set out the full details of the project and NML's specification, NML is seeking a diverse and highly skilled design team with the right approach and ethos, to partner with NML, and deliver a project that, once complete, is acknowledged and recognised for its innovation, inclusion, excellence and delight. The project has been funded by the Liverpool City Region Combined Authority.
NML value the social and community aspects of their remit as highly as any physical manifestations. It is important that teams entering this competition are mindful of this: any design interventions will need to draw on and be representative of the communities that NML are here to serve. The winning team will not only need to generate wonderful design ideas that deliver beautiful, functional and cost-effective solutions but it will need to do so through a process that is inclusive, collaborative and open to ideas from others who have different but equally relevant experiences and expertise. Competitors will therefore be evaluated both on the processes through which they generate designs as well as the quality of the designs that they then deliver. Great design on its own will not be enough — but nor will an inclusive process that lacks design leadership. A balanced approach will be required as set out in the procurement documents.
It is not the intention to specify how teams are structured, nor which skills are included in the team. However, the successful bidder will need to marry technical competence and experience with a joyous and inclusive approach to place making: animation of the space will be as important as its infrastructure. The winning team will be able to address landscape design; placemaking and visitor experience; wayfinding; a public art strategy; bridge design and civil engineering expertise; interventions to historic buildings and infrastructure, with the contextual and planning issues these might entail; public safety and security; commerciality; the cost and added value of its proposals; co-creation; stakeholder and community engagement; architecture and inter-disciplinary design delivery.
On receipt of completed Selection Questionnaires from interested bidders, NML will shortlist 5 bidders and invite them to complete the Invitation to Tender, which will be accompanied by the draft contract which the successful bidder will enter into with NML when the competition process ends.
NML is not dividing the contract into lots as the integration and cohesion of the services in fundamental to the success of the project.
Contract commencement is expected to begin in Autumn 2021 for a minimum term of two years with the option for NML to extend dependent on the funding available for the phases.
The procurement is being managed on behalf of NML by Colander Associates. This means that Colander is the point of contact for bidders and all communications must be channelled through Colander via nmlwaterfront@colander.co.uk
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Contract commencement will be a minimum of two years with the option for NML to extend as the scheme will be delivered in phases as funding becomes available.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 and are set out in the Selection Questionnaire which is available as set out in Section I.3 above
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 May 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
(MT Ref:222120)
six.4) Procedures for review
six.4.1) Review body
Technology & Construction Court
7 Rolls Building, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/technology-construction-court