Social and other specific services – concessions
Prior information notice
Section I: Contracting
authority/entity
I.1) Name and addresses
Lancashire County Council
2nd Floor CCP, County Hall
Preston
PR1 8XJ
UK
Contact person: Andrew Patten
Telephone: +44 1772536452
E-mail: contractscorporate@lancashire.gov.uk
NUTS: UKD4
Internet address(es)
Main address: http://www.lancashire.gov.uk
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
Procurement for the Provision of Services at and Operation of the Preston Youth Zone
Reference number: AP/CORP/LCC/17/683
II.1.2) Main CPV code
98133100
II.1.4) Short description
Preston Youth Zone (PYZ) is a project that forms part of the larger programme of activity that is taking place in the regeneration of the Preston Bus Station and multi-storey car park in Lancashire. PYZ can be described as co-locating universal positive activities for young people with targeted services for those young people seeking specialist support. Lancashire County Council are seeking to procure a concessionaire who will take on the operational and financial risk associated with delivering the PYZ.
II.1.5) Estimated total value
Value excluding VAT:
42 035 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
98133110
80310000
92610000
98000000
98133000
98133100
98110000
II.2.3) Place of performance
NUTS code:
UKD4
Main site or place of performance:
Preston, Lancashire, PR1 1YU
II.2.4) Description of the procurement
Preston Youth Zone (PYZ) is a project that forms part of the larger programme of activity that is taking place in the regeneration of the Preston Bus Station and multi-storey car park in Lancashire. PYZ can be described as co-locating universal positive activities for young people with targeted services for those young people seeking specialist support.
PYZ is to be co-located with Lancashire County Council's (the Authority) Youth Offending Team (YOT) in a freestanding building, which will be constructed on the western apron of Preston Bus Station. The remaining area of the western apron will be developed as public open space and will not be used as part of the operating bus station and multi-storey car park. The building is split into 3 levels and will host a variety of spaces including sports hall, kick pitch, boxing ring, climbing wall, dance, music and fitness studios, changing rooms, reception area and café. YOT will have its own dedicated space within the building with an element of “shared space” with PYZ such as the reception area and toilet facilities.
The PYZ is to offer young people the chance to learn new skills, make new friends, and develop their own interests, as well as having the right access to the information, support and guidance they may need to develop their lives. Following construction of the building which will host the PYZ and YOT, the authority will lease the building to the concessionaire for up to a maximum period of 25 years.
The concessionaire will take on the operational and financial risk associated with delivering the PYZ. It is envisaged that the concessionaire will need to secure private sector contributions from sponsors, arrange contributions from other public sector partners, as well as charging a nominal fee for young people to access the activities to cover operational costs.
The concessionaire will also need to provide a capital contribution of 2 605 000 GBP towards the construction costs of building the PYZ. The authority will contribute 5 925 000 GBP towards the design and construction of the PYZ.
The procurement will be undertaken under the scope of the concessions contracts Regulations 2016. The concessions contracts Regulations 2016 do not restrict the authority to any set procedure to follow when conducting the tender, allowing the council to design the most appropriate procurement process to meet its needs. The authority intends to follow an open tender process, reserving the right to negotiate tenders at a later stage. As such, the tender process will be as follows:
— the authority will evaluate initial tenders submitted by tenderers that pass the selection criteria,
— the authority may, if deemed necessary, conduct further rounds of negotiation with tenderers that have passed the selection criteria to improve the content of their submissions. Negotiations, if used, will continue up to a stage where final tenders are submitted which are then no longer subject to negotiation. Tenderers will be advised if negotiations are required at the appropriate stage of the process and will be informed of relevant deadlines for the submission of revised tenders,
— the subject matter of the concession, the award criteria, and minimum criteria will not be subject to negotiation,
— the authority reserves the right to award the contract on the basis of initial tenders, without further rounds of negotiation,
— following submission and evaluation of final tenders, the contract will be awarded to the highest scoring tenderer based on the award criteria (subject to the Authority's discretion not to award a contract to any tenderer).
II.2.6) Estimated value
Value excluding VAT:
42 035 000.00
GBP
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
The duration of the concession will be determined through the procurement process. Tenderers will be asked to justify an optimum duration of the contract, up to a maximum lease period of 25 years, to enable the tenderer to recoup investments planned to perform the concession as well as make a reasonable return on invested capital.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Tenderers must pass the selection criteria as described in the tender documentation Appendix A - Stage 1 Questions. In brief, these include:
Section 1.
— potential supplier information,
— bidding model,
— contact details and declaration.
Section 2.
— Grounds for mandatory exclusion (Regs 38(8)(9)(10)).
Section 3.
— Grounds for discretionary exclusion (Regs 38(16)).
Section 4.
— economic and financial standing,
— technical and professional ability,
— modern slavery Act 2015,
— insurance,
— capital contribution,
— safeguarding and security,
— anti-money laundering checks.
Please view the tender documents for specific details regarding each of the above criteria.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/06/2018
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
Tender returns will be marked over a two stage process before the contract is awarded to the highest scoring bidder based on the specified award criteria. These two stages, as explained further below, are:
— Stage 1: Acceptance or rejection of supplier based on business standing, financial standing, technical and professional ability as described in the objective rules and criteria for participation section of this prior information notice,
— Stage 2: evaluation of award criteria (as described below).
This procurement process will be conducted in accordance with the concession contracts Regulations 2016. The concessions contracts Regulations 2016 do not restrict the Authority to any set procedure to follow when conducting the tender, allowing the authority to design the most appropriate procurement process to meet its needs. The authority intends to follow an open tender process, reserving the right to negotiate tenders at a later stage. As such, the tender process will be as follows:
— the authority will evaluate initial tenders submitted by tenderers that pass the selection criteria contained in the Stage 1 Scoring, using the award criteria for Stage 2 Scoring,
— the authority may, if deemed necessary, conduct further rounds of negotiation with tenderers that have passed the selection criteria in the Stage 1 Scoring to improve the content of their submissions. Negotiations, if used, will continue up to a stage where final tenders are submitted which are then no longer subject to negotiation. Tenderers will be advised if negotiations are required at the appropriate stage of the process and will be informed of relevant deadlines for the submission of revised tenders,
— the subject matter of the concession, the award criteria, and minimum criteria will not be subject to negotiation,
— the authority reserves the right to award the contract on the basis of initial tenders, without further rounds of negotiation,
— following submission and evaluation of final tenders, the contract will be awarded to the highest scoring tenderer based on the Stage 2 award criteria (subject to the authority's discretion not to award a contract to any tenderer).
The Stage 2 award criteria will include:
Technical criteria (70 %) and financial criteria (30 %) split as follows:
Technical criteria (70 %).
— operational model: criteria weighting - 20 %,
— activities: criteria weighting - 10 %,
— support and guidance: criteria weighting - 10 %,
— safeguarding: criteria weighting - 10 %,
— marketing: criteria weighting - 5 %,
— monitoring: criteria weighting - 5 %,
— social value: criteria weighting - 10 %.
Financial Criteria (30 %).
— financial model - pass /fail*,
— total authority revenue contribution required by tenderer: criteria weighting - 25 %,
— total per annum rent offered by tenderer: criteria weighting - 5 %.
*For a tenderer to be awarded the contract, tenderers must have obtained a “Pass” for pass /fail questions.
Please see the tender documents for further details regarding the tender award procedure.
The tender documents are available on Lancashire County Council's electronic tendering site www.lancashire.gov.uk/tendering
Use of this system does not require high specification IT equipment or connections, nor high level personal IT skills /capabilities. Access to the system /software and advice is free of charge. Registration is necessary in order to view the tender details and obtain tender documentation. Tenderers are advised to allow plenty of time for registration and to do this as early as possible during the tender period.
VI.4) Procedures for review
VI.4.1) Review body
Lancashire County Council
Preston
PR1 8XJ
UK
VI.5) Date of dispatch of this notice
19/04/2018