Tender

Marine Lake Events Centre, Southport - Operator Procurement

  • Sefton Council

F02: Contract notice

Notice identifier: 2022/S 000-002395

Procurement identifier (OCID): ocds-h6vhtk-030ff4

Published 27 January 2022, 11:18am



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

1st Floor Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Mr Chris Magee

Email

chris.magee@sefton.gov.uk

Telephone

+44 1519344069

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

http://www.sefton.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.the-chest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk/

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

Marine Lake Events Centre, Southport - Operator Procurement

Reference number

DN587067

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to procure an experienced and qualified operator to manage the future Marine Lake Events Centre, to be developed by the Council.

The Council’s preferred deal structure is a long-term lease arrangement. This is an exciting opportunity for an organisation to partner with the Council. The vision for the project is as follows: “To transform the MLEC into a high quality, distinctive entertainment and business events venue capable of providing exceptional experiences to audiences and users. It will be an anchor for the Waterfront redevelopment, retaining and attracting visitors and driving economic impact for Southport”.

The Council is seeking to:

- Procure a long-term operating partner (25 years to a maximum of 40 years)

- Engage an operator to contribute to the design process, venue fit-out and then the long-term operation of the facility

- Secure an operator on a Fully Repairing and Insuring (FRI) lease basis if possible-this is the target though the Council will consider alternatives

- Secure an operating partner for the MLEC and potentially wider facilities on site.

Please Note: Any documentation associated with the tender which is made available at SQ stage is in draft form therefore is subject to change when it comes to final publication at Dialogue stage. Please also note that the estimated contract value is based on the venue turnover across the maximum contract term.

two.1.5) Estimated total value

Value excluding VAT: £215,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79950000 - Exhibition, fair and congress organisation services
  • 92300000 - Entertainment services
  • 92320000 - Arts-facility operation services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Single Stage Competitive Dialogue with an interim submission.

The Authority anticipates that there will no more than four bidders from the SQ stage who will proceed the next stage in the process. There are likely to be four dialogue sessions with each shortlisted bidder with an interim submission included which will not be evaluated but used to provide feedback on proposals ahead of final tender submissions. Following submission of final tenders, the Authority anticipates appointed one bidder for the purposes of this opportunity. Further detail is set out in the descriptive document

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: £215,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

300

This contract is subject to renewal

Yes

Description of renewals

The contract period specified, 25 years, is an indicative period only, and the Council would consider contracts up to 40 years. Actual contract period will be determined through the competitive dialogue process.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Subject to discussion within the Competitive Dialogue process

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Aligned to standard FRI lease requirements, and the operational performance will be aligned to the Operator Services Requirements, which will be provided at the tender stage.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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

28 February 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 March 2022

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Sefton Council - Legal Department

1st floor Magdalen House, Trinity Road,

Bootle

L20 3NJ

Country

United Kingdom