Section one: Contracting authority
one.1) Name and addresses
Manchester City Council
Manchester Central, Petersfield
Manchester
M2 3GX
Contact
Mr Luke Sheldon
l.sheldon@manchestercentral.co.uk
Telephone
+44 16183427003245
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
Agency Workers 071-2024 Provision of Front of House (FOH), Back of House (BOH) & Kitchen (Chefs & preparation) Agency Workers for Manchester Central Convention Complex Limited
Reference number
DN754582
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 multiple locations. Transportation to some locations will be required and must be provided by the supplier as well as all associated costs to be covered by the supplier at no charge to Manchester Central.
At any one time, Manchester Central may require more than 350 workers. The agency staff
may be provided by several different suppliers
The successful suppliers will provide competent Members of Staff, who have received the minimum training as follows, with proof of mandatory training being provided for all staff supplied to the venue:
- Basic Health and Safety Training, including manual handling, as well as training which is sufficient and commensurate with the work involved.
- For all FOH staff 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. Manchester Central 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)
Value excluding VAT: £1,400,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
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 multiple locations. Transportation to some locations will be required and must be provided by the supplier as well as all associated costs to be covered by the supplier at no charge to Manchester Central.
At any one time, Manchester Central may require more than 350 workers. The agency staff
may be provided by several different suppliers
The successful suppliers will provide competent Members of Staff, who have received the minimum training as follows, with proof of mandatory training being provided for all staff supplied to the venue:
- Basic Health and Safety Training, including manual handling, as well as training which is sufficient and commensurate with the work involved.
- For all FOH staff 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. Manchester Central 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
two.2.14) Additional information
This tender has fixed pricing and therefore no weighting was applied to costs/price
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: 2024/S 000-040008
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
13 March 2025
five.2.2) Information about tenders
Number of tenders received: 28
Number of tenders received from SMEs: 19
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 27
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Arc Hospitality Recruitment Solutions Limited
61A Bold Street
Liverpool
L1 4EZ
Telephone
+44 07892728313
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Berkeley Scott Limited
4th Floor, 19-21 Great Tower Street
London
EC3R 5AR
Telephone
+44 2072686264
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
MSSHOSP Limited t/a Mint People
Glebe Business Park, Lunts Heath Road
Widnes
WA8 5SQ
Telephone
+44 03339969495
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Verve People Limited c/o Interaction Recruitment PLC
43 High Street
Huntingdon
PE29 3AQ
Telephone
+44 07753832255
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Syft Online Limited t/a Indeed Flex
Ground Floor, 20 Farringdon Road
London
EC1M 3HE
Telephone
+44 07595835424
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,400,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Manchester Central Convention Centre
Manchester Central Convention Centre, Windmill Street
Manchester
M2 3GX
procurement@manchestercentral.co.uk
Telephone
+44 16183427003245
Country
United Kingdom