Leisure Partnership Contract
Lot 1 — To appoint a long term Leisure partner for the operation and management of all the Council’s Sport and Leisure facilities.
United Kingdom-Worcester: Recreational, cultural and sporting services
2014/S 194-343119
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Worcester City Council
Orchard House, Farrier Street
Contact point(s): Procurement
WR1 3BB Worcester
UNITED KINGDOM
Telephone: +44 1905722332
E-mail: leisure.partnership@worcester.gov.uk
Internet address(es):
General address of the contracting authority: www.worcester.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1716
Further information can be obtained from: Worcester City Council
Orchard House, Farrier Street
Contact point(s): Procurement
WR1 3BB Worcester
UNITED KINGDOM
Telephone: +44 1905722519
E-mail: leisure.partnership@worcester.gov.uk
Internet address: www.worcester.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Worcester City Council
Orchard House, Farrier Street
Contact point(s): Procurement
WR1 3BB Worcester
UNITED KINGDOM
Telephone: +44 1905722519
E-mail: leisure.partnership@worcester.gov.uk
Internet address: www.worcester.gov.uk
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
Main site or location of works, place of delivery or of performance: Worcester City.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Lot 2 — To appoint a long term Leisure partner for the management and delivery of Sport, Art and Play Development Activities and Services.
Lot 3 — Both of the above combined.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=141749
II.1.6)Common procurement vocabulary (CPV)
92000000, 79993100
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:
II.2.2)Information about options
Description of these options: The Leisure Partnership Contract will be for ten years, with the potential to extend for a further five years subject to satisfactory performance.
II.2.3)Information about renewals
Information about lots
Lot No: 1Lot title: Management of Sport and Leisure Facilities
1)Short description
2)Common procurement vocabulary (CPV)
79993100, 92000000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Management and Delivery of Sport, Art and Play Development Activities
1)Short description
2)Common procurement vocabulary (CPV)
79993100, 92000000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Combination of Lots 1 and 2
1)Short description
2)Common procurement vocabulary (CPV)
79993100, 92000000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: EU Regulation Requirements.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Detailed in the Tender documents.
Minimum level(s) of standards possibly required: Detailed in the Tender documents.
III.2.3)Technical capacity
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
The Council requires a statement of 3 contracts that are relevant to the Council’s requirements.
Minimum level(s) of standards possibly required:
Detailed in the Tender documents.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: