Section one: Contracting authority
one.1) Name and addresses
BURNLEY BOROUGH COUNCIL
Town Hall, Manchester Rd
BURNLEY
BB119SA
Contact
Chris Gay
Country
United Kingdom
Region code
UKD46 - East Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Facilities Management Services, Burnley Bus Station
two.1.2) Main CPV code
- 63712100 - Bus station services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited from organisations that have the resources and ability to undertake bus station management services at Burnley Bus Station, Croft Street, Burnley.
Further information is available on the Chest portal www.the-chest.org.uk Ref, DN652415. Tenders must be submitted via the Chest prior to the submission deadline.
two.1.5) Estimated total value
Value excluding VAT: £440,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Burnley, Lancashire.
two.2.4) Description of the procurement
The Contractor shall be responsible for the general management of Burnley Bus Station on behalf of the Council. The Contractor shall ensure that the Premises and adjoining land are kept in a clean and functional condition for the duration of the Contract. The Contractor shall be responsible for the security of the Premises and for the management of bus operators.
The Contractor shall ensure that a suitably qualified and experienced member of staff is present to act as General Manager at the Burnley Bus Station who shall be in attendance for a minimum of Normal Office Hours. The Contractor shall put into place suitably qualified and experienced Staff to manage specific areas of operation including but not limited to:
(i) providing site and premises security;
(ii) a comprehensive cleaning regime;
(Ill) opening up and securing /locking of Burnley Bus Station;
(iv) dealing with public transport enquiries;
(v) the day to day management and overseeing of bus operations (including accurate logging of bus and coach departures)
(vi) maintaining responsibility for the health and safety, within the Burnley Bus Station and the external apron for staff and that of the bus operators, their drivers and the public
(vii) take such steps as are reasonably practicable to carry out 'minor' repairs and maintenance to the premises and all fixtures and fittings
(viii) responsible for supervision of the bus operators and their drivers
The detailed description of all requirements under this contract can be found in Schedule 3 of the ITT document at www.the-chest.org Ref DN652415.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £440,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Contract renewal will be considered prior to the end of the contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend contract by an additional two years.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3-5 years.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales London
United Kingdom
Country
United Kingdom