Approved Suppliers for Delivery of Events
Therefore Culture Liverpool, Liverpool City Council, is looking to identify suitable Framework approved suppliers to deliver events services in the future. The services are divided into 8 separate lots as below.
United Kingdom-Liverpool: Recreational, cultural and sporting services
2015/S 235-426564
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Liverpool City Council
Municipal Building, Dale Street
For the attention of: Mr Mark Lloyd-Jones
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: mark.lloyd-jones@liverpool.gov.uk
Internet address(es):
General address of the contracting authority: http://www.liverpool.gov.uk
Electronic access to information: https://procontract.due-north.com/Login
Electronic submission of tenders and requests to participate: https://procontract.due-north.com/Login
Further information can be obtained from: Liverpool City Council
Municipal Building, Dale Street
For the attention of: Mr Mark Lloyd-Jones
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: mark.lloyd-jones@liverpool.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Liverpool City Council
Municipal Building, Dale Street
For the attention of: Mr Mark Lloyd-Jones
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: mark.lloyd-jones@liverpool.gov.uk
Tenders or requests to participate must be sent to: Liverpool City Council
Municipal Building, Dale Street
For the attention of: Mr Mark Lloyd-Jones
L2 2DH Liverpool
UNITED KINGDOM
Telephone: +44 1512254129
E-mail: mark.lloyd-jones@liverpool.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 26: Recreational, cultural and sporting services
NUTS code UKD
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in years: 3
Justification for a framework agreement, the duration of which exceeds four years: (For information: Framework will be for a maximum of 4 years if the optional 1 year extension is taken).
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 2 700 000 GBP
II.1.5)Short description of the contract or purchase(s)
In 2015, Culture Liverpool delivered a vast array of events, with events attracting up to 1 million people, generating millions for the local economy. Culture Liverpool delivered iconic events such as the Three Queens Spectacle, River Festival, On the Waterfront Concerts and the Liverpool International Music Festival. The overall events programme has attracted 1.5 million visitors to the City during the last 12 months.
As we move towards 2016, our programme is as ambitious and exciting as ever. The programme for 2016 is as unique as this City. Therefore Culture Liverpool, Liverpool City Council, is looking to identify suitable Framework approved suppliers to deliver events services in the future.
The services are divided into 8 separate lots as below. The framework period is 3 years plus a 1 year optional extension period. The contract is expected to commence 1.2.2016.
— LOT 1 Cabins and Toilets.
— LOT 2 Safety Management.
— LOT 3 PA.
— LOT 4 Power.
— LOT 5 Fencing and Barriers.
— LOT 6 Event Production, Site and Support Services.
— LOT 7 Traffic Management Infrastructure.
— LOT 8 Event Medical.
For each of the above Lots, a maximum of 3 suppliers will be appointed to the framework. Specific events requirements throughout the contract period will be subject to further competition exercises amongst those appointed suppliers.
II.1.6)Common procurement vocabulary (CPV)
92000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Framework is divided into 8 lots. The total estimated expenditure excl. VAT for all lots is £675,000 per annum, with a potential total value across all lots (if 1 year extension taken) of £2.7M over the 4 years. Note that these spend figures are purely an estimate and non-binding and LCC is not obliged to place any orders with any supplier appointed to the Framework Agreement. LCC reserves the right to place orders for the same goods and services elsewhere during the lifetime of the agreement.
Estimated Annual spend for each Lot:
LOT 1 Cabins & Toilets — 131 000 GBP
LOT 2 Safety Management — 33 000 GBP
LOT 3 PA — 80 000 GBP
LOT 4 Power — 109 000 GBP
LOT 5 Fencing & Barriers — 62 000 GBP
LOT 6 Event Production, Site and Support Services — 185 000 GBP
LOT 7 Traffic Management Infrastructure — 35 000 GBP
LOT 8 Event Medical — 40 000 GBP
Bidders are invited to apply for one or more lots. Lots will be awarded individually and are independent of each other. Providing that sufficient responses are received to this tender, a maximum number of 3 suppliers will be appointed to each lot, as detailed in the evaluation criteria within the tender documentation. The overall evaluation criteria split for each lot is 50 % Price/50 % Quality. The successful bidders appointed to this framework will be invited to quote for specific events as they occur within the City’s events programme. Contracts will not be formed until individual call-offs are made via a further competition (also known as a ‘mini-competition’) exercise amongst all (maximum of) 3 suppliers appointed to the particular lot.
Note that ‘Stewarding, Security and Traffic Management’ is the subject of a separate framework tendering opportunity which will be advertised separately via an OJEU notice and on ProContract. Any submissions for the two frameworks must be made separately. The closing date of 12 noon 11.1.2016 is the same.
Estimated value excluding VAT: 2 700 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: Cabins and Toilets
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 131 000 GBP
5)Additional information about lots
Lot No: 2 Lot title: Safety Management
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 33 000 GBP
5)Additional information about lots
Lot No: 3 Lot title: PA
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 80 000 GBP
5)Additional information about lots
Lot No: 4 Lot title: Power
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 109 000 GBP
5)Additional information about lots
Lot No: 5 Lot title: Fencing & Barriers
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 62 000 GBP
5)Additional information about lots
Lot No: 6 Lot title: Event Production, Site and Support Services
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 185 000 GBP
5)Additional information about lots
Lot No: 7 Lot title: Traffic Management Infrastructure
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 35 000 GBP
5)Additional information about lots
Lot No: 8 Lot title: Event Medical
1)Short description
2)Common procurement vocabulary (CPV)
92000000
3)Quantity or scope
Estimated value excluding VAT: 40 000 GBP
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Any tender may be rejected from a company/organisation who fails to comply with the Exclusion Grounds in Regulation 57 of the Public Contracts Regulations 2015.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed within the ITT Documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
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
Estimated timing for further notices to be published: 30/11/2019.
VI.2)Information about European Union funds
VI.3)Additional information
Electronic ordering will be used. Electronic invoicing will be accepted. Electronic payment will be used. This contract is being procured using an e-tendering portal called ProContract (formerly known as The Chest). If you are not currently registered with ProContract/The Chest you will need to do so. Go to the following link: — https://procontract.due-north.com/Login. The Closing Date for receipt of ITTs via ProContract is 12 noon, Monday 11.1.2016. You are advised to access and start your Invitation toTender (ITT) as soon as possible so as to allow yourself sufficient time to complete it and meet the deadline, which is absolute. It is your responsibility to download the ITT documentation from ProContract. Please do not call or send personal emails to any member of the Council or its Procurement department to find out initial details of this opportunity — all instructions and details of this opportunity will be found in the ITT pack once you have accessed it. Any clarification questions must be raised via the ‘Messages’ section on ProContract. Any additional notifications we need to tell you about regarding this opportunity will be issued via the ‘Messages’ section on ProContract. It is your responsibility to check ProContract to be aware of any updates. Liverpool City Council considers that elements of 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 framework will be awarded on the basis of the most economically advantageous tender(s).
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Head of Procurement
Liverpool City Council, Municipal Offices, Dale Street,
L2 2DH Liverpool
UNITED KINGDOM
VI.5)Date of dispatch of this notice: