Watford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Operation of the Watford Colosseum |
Notice type: | Contract Notice |
Authority: | Watford Borough Council |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Procurement of an operator for the Watford Colosseum for a period of up to c. 25 years. This will be on the basis of a lease and/or operating contract of the facility. |
Published: | 24/06/2022 14:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Watford Borough Council, United Kingdom
https://www.watford.gov.uk, Watford, wd17 3EX, United Kingdom
Tel. +44 1923226400, Email: derek.hatcher@watford.gov.uk
Main Address: https://www.watford.gov.uk, Address of the buyer profile: https://www.watford.gov.uk
NUTS Code: UKH23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Recreational%2C-cultural-and-sporting-services./S5E2D4N356
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/6BTET63TAP to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Operation of the Watford Colosseum
Reference Number: Not provided
II.1.2) Main CPV Code:
92000000 - Recreational, cultural and sporting services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement of an operator for the Watford Colosseum for a period of up to c. 25 years. This will be on the basis of a lease and/or operating contract of the facility.
II.1.5) Estimated total value:
Value excluding VAT: 37,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
92300000 - Entertainment services.
92320000 - Arts-facility operation services.
79993000 - Building and facilities management services.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45212322 - Theatre construction work.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Watford Borough Council is seeking the appointment of an operator for the Watford Colosseum, to have full responsibility for managing and maintaining the venue for an operating period of c.25 years delivering a varied events programme for the benefit of the residents of Watford and wider area.
The Council has a number of objectives for new Watford Colosseum operational management contract, including:
-to operate the Watford Colosseum to eliminate any need for a subsidy for the facility and to provide a positive management fee payment or income to the Council
-for the appointed operator to provide a commercially successful, balanced and varied public events and arts programme
-to achieve greater daytime use of the Watford Colosseum, which could include use for conferences, corporate events and weddings
-to provide opportunities for community and cultural use of the Watford Colosseum
-transfer of risk on asset management (repair, maintenance and lifecycle replacement) to be transferred to the appointed operator. This will be achieved through a full repairing and maintenance lease and/or operating contract; and
-for the appointed operator to be responsible for all utility costs and any other charges linked to the operation of the Watford Colosseum for the whole contract period (BID levy and business rates).
The building facilities include:
-main auditorium which has a 1,280 seat capacity and 2,440 seated and standing (2,000 standing on the event floor (440 balcony seats), 600 banquet, 420 cabaret)
-café bar and Forum Restaurant
-the Grand Lobby and a number of smaller bars
-office accommodation and staff meeting room
-changing rooms.
The Council is currently heavily investing in the building and carrying out a full refurbishment of the interior and building systems to bring it up to modern standards and to seek to maximise its performance as a commercial venue, including reconfiguration of the bars, creation of space for selling merchandise and installation of advertising hoardings on the exterior
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 37,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 360
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Selection will be based on applicant’s SQ submission. Please refer to the SQ for a detailed understanding of the scoring criteria, weightings and how applicants will be ranked.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The Council reserves the right to terminate the process at any time prior to award of contract.
The Council does not bind itself to accept any new tender received and reserves the right to call for new tenders should they consider this necessary.
The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the participation in this tender process.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The requirements are stated in SQ, ITPD and in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As set out in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/07/2022 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/08/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
The Council is keen to ensure that the procurement is open to a wide market and that there is genuine competition. The resources and range of services needed for the joint venture are such that the Council understands that it may receive applications from either a single organisation or organisations that may wish to collaborate to form a consortium (either by forming a separate legal entity or in unincorporated grouping).
Please note the estimated contract value is based on an assumed turnover of the facility over the contract term.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Recreational%2C-cultural-and-sporting-services./S5E2D4N356
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S5E2D4N356
VI.4) Procedures for review
VI.4.1) Review body:
Watford Borough Council
Town Hall, Watford, wd17 3EX, United Kingdom
Email: derek.hatcher@watford.gov.uk
Internet address: https://www.watford.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/06/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Watford Borough Council, United Kingdom
https://www.watford.gov.uk, Watford, wd17 3EX, United Kingdom
Tel. +44 1923226400, Email: derek.hatcher@watford.gov.uk
Main Address: https://www.watford.gov.uk, Address of the buyer profile: https://www.watford.gov.uk
NUTS Code: UKH23
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Operation of the Watford Colosseum
Reference number: Not Provided
II.1.2) Main CPV code:
92000000 - Recreational, cultural and sporting services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement of an operator for the Watford Colosseum for a period of up to c. 25 years. This will be on the basis of a lease and/or operating contract of the facility.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 37,500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
92300000 - Entertainment services.
92320000 - Arts-facility operation services.
79993000 - Building and facilities management services.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45212322 - Theatre construction work.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: Watford Borough Council is seeking the appointment of an operator for the Watford Colosseum, to have full responsibility for managing and maintaining the venue for an operating period of c.25 years delivering a varied events programme for the benefit of the residents of Watford and wider area.
The Council has a number of objectives for new Watford Colosseum operational management contract, including:
-to operate the Watford Colosseum to eliminate any need for a subsidy for the facility and to provide a positive management fee payment or income to the Council
-for the appointed operator to provide a commercially successful, balanced and varied public events and arts programme
-to achieve greater daytime use of the Watford Colosseum, which could include use for conferences, corporate events and weddings
-to provide opportunities for community and cultural use of the Watford Colosseum
-transfer of risk on asset management (repair, maintenance and lifecycle replacement) to be transferred to the appointed operator. This will be achieved through a full repairing and maintenance lease and/or operating contract; and
-for the appointed operator to be responsible for all utility costs and any other charges linked to the operation of the Watford Colosseum for the whole contract period (BID levy and business rates).
The building facilities include:
-main auditorium which has a 1,280 seat capacity and 2,440 seated and standing (2,000 standing on the event floor (440 balcony seats), 600 banquet, 420 cabaret)
-café bar and Forum Restaurant
-the Grand Lobby and a number of smaller bars
-office accommodation and staff meeting room
-changing rooms.
The Council is currently heavily investing in the building and carrying out a full refurbishment of the interior and building systems to bring it up to modern standards and to seek to maximise its performance as a commercial venue, including reconfiguration of the bars, creation of space for selling merchandise and installation of advertising hoardings on the exterior
II.2.5) Award criteria:
Quality criterion - Name: Operating Methodology / Weighting: 10
Quality criterion - Name: Programming / Weighting: 15
Quality criterion - Name: Pre-Opening / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Amendment to Statement of Requirements / Weighting: 7.5
Quality criterion - Name: Legal and Technical / Weighting: 17.5
Cost criterion - Name: Financial Offer / Weighting: 25
Cost criterion - Name: Business Plan / Weighting: 15
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2002/S 000-011769
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Operator for the Colosseum
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/09/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ansco Music Club Ltd, 05729603
6th Floor 240 Blackfriars Road,, London, SE1 8NW, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 37,500,000
Total value of the contract/lot: 37,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=892665213
VI.4) Procedures for review
VI.4.1) Review body
Watford Borough Council
Town Hall, Watford, wd17 3EX, United Kingdom
Email: derek.hatcher@watford.gov.uk
Internet address: https://www.watford.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 21/10/2024