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

Management and Operation of Grimsby Auditorium.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

North East Lincolnshire Borough Council
Municipal Offices Town Hall Square
Contact point(s): www.yortender.co.uk/ Reference YORE-9BFHZH
DN31 1HU Grimsby
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.nelincs.gov.uk

Address of the buyer profile: www.nelincs.gov.uk/business/tenders-and-contracts

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.uk

Further information can be obtained from: The above mentioned contact point(s)

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)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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:
Management and Operation of Grimsby Auditorium.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Recreational, cultural and sporting services
Main site or location of works, place of delivery or of performance: Grimsby Auditorium, Grimsby.

NUTS code UKE13

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
II.1.5)Short description of the contract or purchase(s)
Grimsby Auditorium is the area's largest professional indoor theatre / live entertainment venue. The Auditorium is owned by North East Lincolnshire Council and is contractually managed by an external commercial partner. The council is now seeking to re-tender the management and operation of the facility for a further initial 10 year period. Operators will have full day to day managerial and operational responsibility for staff, the facility, its external appearance and maintenance and the provision of high quality programming and events.
II.1.6)Common procurement vocabulary (CPV)

92320000, 92300000, 92312100, 92312110, 92312120, 92312130, 92312140, 92312240, 92340000, 92312200, 92500000

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:
Ten years fixed fee, with potential five year extension.
Estimated value excluding VAT: 2 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 10
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (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:
As defined in tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined in tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liabilities.
As defined in tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As defined in tender document.
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: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
Minimum level(s) of standards possibly required: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
Minimum level(s) of standards possibly required:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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 below

1. Cost. Weighting 60

2. Programming. Weighting 12

3. Marketing Strategy and Ticketing Arrangements. Weighting 6

4. Customer Care and Employee Development. Weighting 6

5. Equalities and Sustainability. Weighting 4

6. Social Value. Weighting 12

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:
YORE-9BFHZH
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: 20.1.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.1.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.1.2014 - 16:30

Place:

Municipal Offices Grimsby.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 114 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
The core contract period is 10 years with provision for a 5 year extension. The core contract will be based on a fixed anual fee in equal instalments.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with regulation 47 of the Public Contracts. Regulations 2006 the council will incorporate a minimum 10 calendar day standstill period starting from the day following the date of the award decision notification is dispatched to bidders. This period allows unsuccessful bidders to invoke the remedies within the public Contracts Regulations before the contract is entered into. Applicants have until midnight of the 10th day of the standstill period to do this.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Legal and Democratic Services (Procurement Challanges)
Municipal Offices Town Hall Square
DN31 1HU Grimsby
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
9.12.2013