Harborough District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Harborough District Council Market Hall Management |
Notice type: | Contract Notice |
Authority: | Harborough District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Harborough District Council is seeking a provider for the management of the Harborough Markets (Market Harborough Market Hall and Market Square), to include: Management of Operating Procedures, Market Regulations, Tenant Fit Out Guidelines, Shoppers Charter, ensuring adherence to Trader Criteria for occupation Health & Safety Management of the Building including risk assessments and liaison with the Council where necessary Promotional Activity including Trader Lease/License Management and Liaison Development of suitable commercialisation opportunities (eg cash point, childrens rides, etc.) Key Stakeholder Liaison (including Harborough District Council and Traders Associations) Letting of Vacant Units & Casual/Day Units including Antiques Fair Maintaining Trader Mix Rent Collection Management including off site events Liaise with HDC regarding Building Management (Repairs, Services, Waste Management) Cleaning of the premises (including toilets) prior and during trading and supply of all consumables and provision of any necessary equipment Security & Key Holding Maintaining and operating a Calendar of Events/Specialist Market within the Market Building Specific to the Market Square: Management of off-Site Markets (eg Farmers Market) and other Events on The Square Management of bookings for The Square Management of events on The Square Development of Regulations and Operating Procedures for events on The Square and monitoring of compliance Letting of Casual/Day Units for Farmers Market and other events as necessary Provision of a “link” between the Indoor Market and Markets/Events on The Square |
Published: | 10/03/2014 15:38 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Harborough District Council
Harborough District Council Council Offices, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 1858828282, Email: j.ward-langman@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: TBC
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: Harborough District Council Market Hall Management
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKF - EAST MIDLANDS (ENGLAND)
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:
Miscellaneous business-related services. Harborough District Council is seeking a provider for the management of the Harborough Markets (Market Harborough Market Hall and Market Square), to include:
Management of Operating Procedures, Market Regulations, Tenant Fit Out Guidelines, Shoppers Charter, ensuring adherence to Trader Criteria for occupation
Health & Safety Management of the Building including risk assessments and liaison with the Council where necessary
Promotional Activity including
Trader Lease/License Management and Liaison
Development of suitable commercialisation opportunities (eg cash point, childrens rides, etc.)
Key Stakeholder Liaison (including Harborough District Council and Traders Associations)
Letting of Vacant Units & Casual/Day Units including Antiques Fair
Maintaining Trader Mix
Rent Collection Management including off site events
Liaise with HDC regarding Building Management (Repairs, Services, Waste Management)
Cleaning of the premises (including toilets) prior and during trading and supply of all consumables and provision of any necessary equipment
Security & Key Holding
Maintaining and operating a Calendar of Events/Specialist Market within the Market Building
Specific to the Market Square:
Management of off-Site Markets (eg Farmers Market) and other Events on The Square
Management of bookings for The Square
Management of events on The Square
Development of Regulations and Operating Procedures for events on The Square and monitoring of compliance
Letting of Casual/Day Units for Farmers Market and other events as necessary
Provision of a “link” between the Indoor Market and Markets/Events on The Square
II.1.6)Common Procurement Vocabulary:
79990000 - Miscellaneous business-related 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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The Contract is for the management of the Market Harborough Management Hall and Market Square. The contract will be for three years with up to three extensions of twelve months each at the Council's discretion.
Estimated value excluding VAT:
Range between: 360,000 and 1,200,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 3
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 36
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
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:
Refer to the tender documents. The Council reserves the right to require a parent company guarantee.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to 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:
Refer to the tender documents.
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:
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.
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:
Refer to the tender documents.
Minimum Level(s) of standards possibly required:
Refer to the tender documents.
Public Liability Insurance cover of £10,000,000 and Employer’s Liability Insurance cover of £10,000,000
Professional Indemnity Insurance of £10,000,000
III.2.3)Technical capacity
Technical capacity - means of proof required
(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;
(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, 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:
Refer to the tender documents.
Confirmation that the Council may approach contracting authorities to seek confirmation of the satisfactory delivery of services listed at III.2.3) (b)
Minimum Level(s) of standards possibly required:
Refer to the tender documents.
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: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Technical capability (including 15% of total on basis of presentation to panel) - 40
Price - 40
Commercial capability - 20
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: HDC 001/2014
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/05/2014
Time: 12:00
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
Until: 2014-07-31 00:00:00.0
IV.3.8)Conditions for opening tenders
Date: 07/05/2014
Time: 14:00
Place:
N/A
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Market-Harborough:-Miscellaneous-business-related-services./ZR47P3UM2X
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZR47P3UM2X
GO-2014310-PRO-5516398 TKR-2014310-PRO-5516397
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Harborough District Council
The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 7880512540, Email: J.Ward-Langman@harborough.gov.uk
VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2009/2992) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
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: 10/03/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Market Harborough: Miscellaneous business-related services.
I.1)Name, Addresses and Contact Point(s):
Harborough District Council
Harborough District Council Council Offices, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 1858828282, Email: j.ward-langman@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: TBC
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
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: Harborough District Council Market Hall Management
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UKF - EAST MIDLANDS (ENGLAND)
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Miscellaneous business-related services. Harborough District Council is seeking a provider for the management of the Harborough Markets (Market Harborough Market Hall and Market Square), to include:Management of Operating Procedures, Market Regulations, Tenant Fit Out Guidelines, Shoppers Charter, ensuring adherence to Trader Criteria for occupation Health & Safety Management of the Building including risk assessments and liaison with the Council where necessaryPromotional Activity includingTrader Lease/License Management and LiaisonDevelopment of suitable commercialisation opportunities (eg cash point, childrens rides, etc.)Key Stakeholder Liaison (including Harborough District Council and Traders Associations)Letting of Vacant Units & Casual/Day Units including Antiques Fair Maintaining Trader MixRent Collection Management including off site eventsLiaise with HDC regarding Building Management (Repairs, Services, Waste Management)Cleaning of the premises (including toilets) prior and during trading and supply of all consumables and provision of any necessary equipmentSecurity & Key HoldingMaintaining and operating a Calendar of Events/Specialist Market within the Market BuildingSpecific to the Market Square:Management of off-Site Markets (eg Farmers Market) and other Events on The SquareManagement of bookings for The SquareManagement of events on The Square Development of Regulations and Operating Procedures for events on The Square and monitoring of complianceLetting of Casual/Day Units for Farmers Market and other events as necessaryProvision of a “link” between the Indoor Market and Markets/Events on The Square
II.1.5)Common procurement vocabulary:
79990000 - Miscellaneous business-related services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Technical capability (including 15% of total on basis of presentation to panel) - 40
Price - 40
Commercial capability - 20
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: HDC 001/2014
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: HDC 001/2014
V.1)Date Of Contract Award: 30/01/2015
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Market Place (Europe) Ltd
Postal address: Melbourne House,, Grosvenor Street,
Town: Stalybridge,
Postal code: SK15 2JN
Country: United Kingdom
Email: info@marketplaceeurope.co.uk
Telephone: +44 1614786060
Internet address: www.marketplaceeurope.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 1,075,407
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Yes
If yes, value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted:
Some sub-contracting of maintenance, cleaning, facilities management et cetera.
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=128729753
GO-201523-PRO-6338138 TKR-201523-PRO-6338137
VI.3.1)Body responsible for appeal procedures:
Harborough District Council
The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 7880512540, Email: J.Ward-Langman@harborough.gov.uk
VI.3.2)Lodging of appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2009/2992) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 03/02/2015