Section one: Contracting authority
one.1) Name and addresses
Manchester City Council
Windmill Street
Petersfield
M2 3GX
Contact
Mrs Nicola Naylor
procurement@manchestercentral.co.uk
Telephone
+44 1618342700
Country
United Kingdom
Region code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Agency Workers ,FOH,BOH and Kitchen 059-2022
Reference number
DN615885
two.1.2) Main CPV code
- 79620000 - Supply services of personnel including temporary staff
two.1.3) Type of contract
Services
two.1.4) Short description
Manchester Central is currently looking for suppliers to provide agency workers for a range of Event Hospitality Services across a number of City Centre locations.
At any one time, Manchester Central may require in excess of 350 workers. The agency staff may be provided by a number of suppliers.
The successful suppliers will provide competent Members of Staff, who have received the minimum training as follows:
- Basic Health & Safety Training including manual handling, training which is sufficient and commensurate to the work involved.
- For all FOH staff Basic Food Hygiene Level 2
- For all food handling roles Food Hygiene and Safety Level 2
- For all FOH staff customer service training
- Allergen training https://allergytraining.food.gov.uk/
- Venue induction
Prior to commencement of work with Manchester Central all agency staff will be expected to undergo a Manchester Central site induction which covers site specific Health and Safety and operational matters which lasts no longer than 30 minutes. This will typically take the form of an induction video and is expected to be undertaken by the agency at their premises prior to staff being deployed on site. For clarity induction time is not chargeable to the Company. MCCCL will reserve the right to audit twice yearly.
The Contract will be for a period of two (2) years from the commencement date of services with a Manchester Central only option to extend for a further period of twelve months. The contract value for 2 years is estimated at 1.4 million.
Manchester Central is committed to ensuring that all agency workers receive the National living wage and then the Real living wage once trained as an hourly rate of pay. As such the Company has fixed the rates that agency providers are required to pay to their staff (as a minimum rate of pay) and has hence fixed the rates it will pay agencies for the provision of services under this tender. The proposed rates (being the current rates of pay and chargeable rates) are set out in Appendix 2 along with the mechanism for uplifting annually in line with increases to the National living wage and the Real Living wage. Untrained workers (see criteria for trained workers below) and trained workers must be paid the National Living wage or Real living wage irrespective of age and the chargeable rates for such untrained workers are also set out in Appendix 2 along with the future pricing mechanism. For clarity if the contract is extended the pricing mechanism shall continue as per the initial two years.
This tender is therefore quality and sustainability focused as prices payable are fixed.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1,400,000 / Highest offer: £1,400,000 taken into consideration
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
- UKD62 - Cheshire East
two.2.4) Description of the procurement
Manchester Central is currently looking for suppliers to provide agency workers for a range of Event Hospitality Services across a number of City Centre locations.
At any one time, Manchester Central may require in excess of 350 workers. The agency staff may be provided by a number of suppliers.
The successful suppliers will provide competent Members of Staff, who have received the minimum training as follows:
- Basic Health & Safety Training including manual handling, training which is sufficient and commensurate to the work involved.
- For all FOH staff Basic Food Hygiene Level 2
- For all food handling roles Food Hygiene and Safety Level 2
- For all FOH staff customer service training
- Allergen training https://allergytraining.food.gov.uk/
- Venue induction
Prior to commencement of work with Manchester Central all agency staff will be expected to undergo a Manchester Central site induction which covers site specific Health and Safety and operational matters which lasts no longer than 30 minutes. This will typically take the form of an induction video and is expected to be undertaken by the agency at their premises prior to staff being deployed on site. For clarity induction time is not chargeable to the Company. MCCCL will reserve the right to audit twice yearly.
The Contract will be for a period of two (2) years from the commencement date of services with a Manchester Central only option to extend for a further period of twelve months. The contract value for 2 years is estimated at 1.4 million.
Manchester Central is committed to ensuring that all agency workers receive the National living wage and then the Real living wage once trained as an hourly rate of pay. As such the Company has fixed the rates that agency providers are required to pay to their staff (as a minimum rate of pay) and has hence fixed the rates it will pay agencies for the provision of services under this tender. The proposed rates (being the current rates of pay and chargeable rates) are set out in Appendix 2 along with the mechanism for uplifting annually in line with increases to the National living wage and the Real Living wage. Untrained workers (see criteria for trained workers below) and trained workers must be paid the National Living wage or Real living wage irrespective of age and the chargeable rates for such untrained workers are also set out in Appendix 2 along with the future pricing mechanism. For clarity if the contract is extended the pricing mechanism shall continue as per the initial two years.
This tender is therefore quality and sustainability focused as prices payable are fixed.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: Sustainability / Weighting: 30
Price - Weighting: 0
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-015564
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
Agency Workers 059-2022
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2022
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Berkeley Scott Limited
Arkwright House, Parsonage Gardens
Manchester
M3 2HP
Pamela.Martin@berkeley-scott.co.uk
Telephone
+44 01612335890
Country
United Kingdom
NUTS code
- UKD33 - Manchester
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2022
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Arc Hospitality Recruitment Solutions Limited
61a Bold Street
Liverpool
L1 4EZ
Telephone
+44 07907574969
Country
United Kingdom
NUTS code
- UKD72 - Liverpool
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £500,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2022
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Verve Personnel Ltd
42 Charles Street
Manchester
M1 7DB
Telephone
+44 07392085211
Country
United Kingdom
NUTS code
- UKD33 - Manchester
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £200,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2022
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Axis Recruitment Limited
88-90 North Sherwood Street
Nottingham
NG1 4EE
Telephone
+44 01158414505
Country
United Kingdom
NUTS code
- UKF14 - Nottingham
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £500,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2022
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MSSHOSP Ltd
600 Lakeside Drive
Warrington
WA1 1RW
Telephone
+44 07808744313
Country
United Kingdom
NUTS code
- UKD61 - Warrington
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Manchester Central
Petersfield
Manchester
M2 3GX
n.naylor@manchestercentral.co.uk
Telephone
+44 01618342700
Country
United Kingdom