Watford Borough Council: Market Management Company Contract for the new Watford Market

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Market Management Company Contract for the new Watford Market
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: The Council is seeking a Market Management Company who is committed to our ethos and vision: A new market to give Watford an exciting new destination that complements the town’s retail offer, with a distinctive design to give it landmark visibility and linkages from both the High Street and ring road. A vibrant hub of activity to be actively promoted to attract existing and new visitors and stallholders alike. For the first time in many years, Watford’s market is to have its own distinctive identity and character, a market fit for the 21st century.
Published: 05/03/2013 13:32
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Watford: Retail trade services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
      Contact: Corporate Procurement Manager, Attn: Howard Hughes
      Electronic Access URL: https://www.delta-esourcing.com/delta
      Electronic Submission URL: https://www.delta-esourcing.com/delta

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Market Management Company Contract for the new Watford Market
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKH23 - Hertfordshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Retail trade services. Commercial property management services. The Council is seeking a Market Management Company who is committed to our ethos and vision:

A new market to give Watford an exciting new destination that complements the town’s retail offer, with a distinctive design to give it landmark visibility and linkages from both the High Street and ring road.

A vibrant hub of activity to be actively promoted to attract existing and new visitors and stallholders alike. For the first time in many years, Watford’s market is to have its own distinctive identity and character, a market fit for the 21st century.
         
      II.1.6)Common Procurement Vocabulary:
         55900000 - Retail trade services.
         
         70332200 - Commercial property management services.
         

      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: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Procurement of a Market Management Company for the long term management of the new Watford Market which is anticipated to include:

•   Fixed permanent kiosks which may be modular in design
•   Day stalls
•   Canopy
•   Welcoming and eye-catching entrances – one to The Parade, the other to the rear from Beecham Grove.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 30/08/2013
         Completion: 31/03/2038

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Bond and Parent Company Guarantee, where applicable.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As shown in the tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Formal contract and lease on basis shown in the tender documents.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As shown in the tender documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      Evaluation Criteria and weightings as shown in the Memorandum of Information.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (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 three 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 on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Please provide a DUNS number as a Dun and Bradstreet risk evaluation will be assessed for the shortlisted companies.         
         Minimum Level(s) of standards possibly required:
         D&B Risk Indicator level 1 or 2.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an 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;
         (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:
         Statements, Certificates and References.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service 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: Not Provided
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 minimum number: 4 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         Evaluation Criteria and weightings published in the Memorandum of Information.   
   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: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 12/04/2013
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/04/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 13/05/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

Expressions of interest for this opportunity must be submitted in the form of a completed PQQ (Pre Qualification Questionnaire) via the portal. The portal also includes further information about the project. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: A932JK4Y9X

Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time as you have been asked to upload documents. Late submissions will not be accepted.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Retail-trade-services./A932JK4Y9X

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A932JK4Y9X
GO-201335-PRO-4631635 TKR-201335-PRO-4631634
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 05/03/2013

ANNEX A

View any Notice Addenda

View Award Notice