Section one: Contracting authority
one.1) Name and addresses
West Northamptonshire Council
The Guildhall, St Giles Square
Northampton
NN1 1DE
Contact
Mr Daryl Read
daryl.read@westnorthants.gov.uk
Telephone
+44 1604366955
Country
United Kingdom
NUTS code
UKF2 - Leicestershire, Rutland and Northamptonshire
Internet address(es)
Main address
https://procontract.due-north.com/Login
Buyer's address
https://procontract.due-north.com/Login
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=e72cab39-7372-ea11-80ff-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=e72cab39-7372-ea11-80ff-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Management of the Vulcan Works Creative Hub
Reference number
DN472422
two.1.2) Main CPV code
- 70330000 - Property management services of real estate on a fee or contract basis
two.1.3) Type of contract
Services
two.1.4) Short description
The Council wishes to invite tenders for the supply of services for the day-to-day operation and management of the Vulcan Works Creative Hub (VWCH).
The VWCH is a conversion of an existing Victorian warehouse (the Vulcan Works) with a new-build extension and new-build annex totalling circa 5,500 sq. m gross external area of SME offices and ancillary workspace for new and growing businesses within the creative industries sector.
Responsibilities include centre management, financial management, reporting and benefits maximisation, business support, building maintenance, marketing and legal and other compliance.
On completion, the Council will retain ownership and overall control of the asset with the contractor providing full responsibility for operating and maintaining the facility within the terms of the management agreement and lease. Occupation by businesses is expected to be by way of licences in a form to be approved by the Council.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
The location of the Vulcan Works Creative Hub is bounded by Guildhall Road, St John’s Street, Fetter Street, and Angel Street within the central area of Northampton to the south of the Guildhall (postcode NN1 1DE).
two.2.4) Description of the procurement
The Council wishes to establish a management agreement with the contractor. The management agreement will have an initial term of 3 years with the option to extend for up to a further 2 years.
The aim of the VWCH is to support the creation and development of small and medium enterprises in the key priority creative industries sector. The facility is of exceptional local importance and strongly aligned with the strategic policy of the Council and the South East Midlands Local Enterprise Partnership (SEMLEP). The aim is to develop a creative industries hub with managed workspace targeted at businesses linked to creative and cultural activity.
The objectives are:
- to extend the spectrum of quality premises available for creative SMEs in Northampton and other organisations engaged in supporting the sector;
- to promote entrepreneurialism and new business creation together with the growth and expansion of existing businesses;
- to improve the retention of graduates and help promote an increase in the level of skills within the town;
- to attract new investment into Northampton;
- to ensure the Hub is self-financing and sustainable; and
- to support the expansion and development of Northampton’s Cultural Quarter and Enterprise Zone as part of the wider vision for the South-East Midlands as one of the most innovative, successful and high performing economies in England.
The £12.5m cost of the new facility is being met by the Council, the South East Midlands LEP, and the European Regional Development Fund (ERDF).
Estimated value range of the eventual procurement may be in the range of: £1, 200, 000. GBP
Price is not the only award criterion and all criteria are stated only in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality and legal / Weighting: 60
Cost criterion - Name: Financial / Weighting: 40
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
The management agreement will have an initial term of 3 years with the option to extend for up to a further 2 years.
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: Yes
Identification of the project
European Regional Development Fund (ERDF)
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
5 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential value of the
opportunity and the scheme as a whole.
The Council is carrying out this procurement under the Competitive Procedure with Negotiation pursuant to
the Public Contracts Regulations 2015 (as amended). The Competitive Procedure with Negotiation permits the Council to award the contract on the basis of initial tenders and the Council is reserving the right to exercise this option.
The Council reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
The contractor may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to social and/or environmental considerations.
In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a
contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 86) and observing a minimum 10 day standstill period (in accordance with Regulation 87) before the contract is entered into.
Expressions of interest applications must be by way of completion and return of the selection questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit set out in this notice).
Bidders should note that the procurement documents (including the management agreement) are draft documents at this stage, providing indicative information of the Council’s intended approach in the procurement process and are for general information only.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).