By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Catering and Events Management and Associated Cleaning services within Barrow Borough Council.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Barrow in Furness Borough Council
Community Services, Town Hall, Duke Street
For the attention of: Keith Johnson
LA14 2LD Barrow in Furness
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: https://www.the-chest.org.uk

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Catering and Events Management and Associated Cleaning services within Barrow Borough Council.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 17: Hotel and restaurant services
Main site or location of works, place of delivery or of performance: Barrow in Furness.

NUTS code UKD

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement

Duration of the framework agreement

Duration in months: 24

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 250 000,00 and 500 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Barrow in Furness Borough Council is seeking tenders for the provision of Catering and Events Management and associated cleaning services. The contract will be for an initial 2 year period, with an option to extend for a further 2 years, by mutual agreement.

Tenders are being conducted by "the Chest” e portal (www.thechest.nwiep.org.uk) and interested parties must register and consult this site for further details and return of tenders.

The services required are based primarily around three of Barrow Borough Councils venues, in addition to occasional provision with the Town Hall itself. These are as follows:
The Forum is the Borough's premier Arts and Entertainment venue and has the following catering opportunities. It has a busy premium cafeteria which is open daily Monday to Saturday, from 9:00 am to 16:00 pm. In addition, there is a grab and go outlet serving takeaway drinks and snacks and a bar/restaurant which serves bar meals daily from Monday to Saturday. The main theatre seats over 500 and has a lively programme of productions, all of which are supported by a thriving bar. The venue also has a number of conference/ function rooms which are regularly used and which the catering contractor supports. The venue is frequently used for wedding receptions and other celebratory events and this is considered a prime area for business development.
The Dock Museum is Barrow Borough Council's premier tourist attraction which has an excellent year round footfall. The Museum is open Wednesdays to Sundays all year round and the cafeteria is open for drinks, light snacks and meals from 11 am to 15:30 pm on these days. The cafeteria also supports the Museum in its steadily building conference trade.
The Park Leisure Centre is a busy multi-disciplinary facility with two pools, a large sports hall, adult and kid's gyms and a range of other leisure activities. It is open 7 days per week (bank holidays excepted), mostly from early in the morning until the evening. Whilst currently, there is a cafeteria facility, it is envisaged that this will become a vending provision in any new contract.
The Council has been in a contractual relationship with an existing supplier for a number of years and there is a well-trained workforce in place. The existing contract is expired and the current provider is working on a month to month basis until a new contractor is appointed. You are advised that in the view of Barrow Borough Council TUPE does apply and this information will be made available in the ITT documentation.
The Council anticipates that the successful contractor will pay an annual fixed fee and a percentage of sales.
A PQQ questionnaire is being used to obtain a list of between 4 and 8 contractors who will proceed to the ITT stage of the process. The evaluation criteria for this PQQ exercise is set out the the PQQ Instructions. The tenders will then be evaluated based on most the economically advantageous offer.
If further clarification of content of the PQQ or general information is required please contact Keith Johnson via the chest where replies will be copied to all tenderers.
Yours faithfully,
Keith Johnson,
Assistant Director - Community Services.
The Council anticipates that the successful contractor will pay an annual fixed fee and a percentage of sales.
II.1.6)Common procurement vocabulary (CPV)

15000000

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:
Available in tender documentation.
Estimated value excluding VAT:
Range: between 250 000,00 and 500 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Detailed in accompanying documentation available via the chest.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Detailed in accompanying documentation available via the chest.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Detailed in accompanying documentation available via the chest.
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
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Detailed in accompanying PQQ documentation available via the chest.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (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 3 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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Detailed in accompanying PQQ documentation available via the chest.
Minimum level(s) of standards possibly required: The contract value should represent no more than 25 % of your organisatons turnover.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(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;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(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, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
Detailed in accompanying documentation available via the chest.
Minimum level(s) of standards possibly required:
Scoring method detailed in accompanying PQQ documentation available via the chest.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 8
Objective criteria for choosing the limited number of candidates: Detailed in accompanying PQQ documentation available via the chest.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: yes

Additional information about electronic auction: ITT submissions to include pricing schedule of whole life cost submitted electronically via www.the-chest.org.uk

IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NWCE-95QHRR.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 5.4.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.4.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
8.5.2013
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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 24 months.
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Mr Jeff Bright, Assistant Executive Director
Town Hall, Duke Street
LA14 2LD Barrow in Furness
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.3.2013