Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Procurement for the Provision of Services at and Operation of the Preston Youth Zone

  • First published: 21 April 2018
  • Last modified: 21 April 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Lancashire County Council
Authority ID:
AA0033
Publication date:
21 April 2018
Deadline date:
08 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

Coding

Commodity categories

ID Title Parent category
98133100 Civic betterment and community facility support services Services furnished by social membership organisations
98000000 Other community, social and personal services Other Services
98110000 Services furnished by business, professional and specialist organisations Membership organisation services
98133000 Services furnished by social membership organisations Miscellaneous membership organisations services
98133110 Services provided by youth associations Services furnished by social membership organisations
92610000 Sports facilities operation services Sporting services
80310000 Youth education services Higher education services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contractscorporate@lancashire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.