Section one: Contracting authority
one.1) Name and addresses
BURNLEY BOROUGH COUNCIL
Town Hall, Manchester Rd
BURNLEY
BB119SA
Contact
Andrew Leah
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
Tenders or requests to participate must be submitted to the above-mentioned 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
Burnley Bus Station Facilities Management Services
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, ability and experience to undertake facilities management services at Burnley Bus Station, Croft Street, Burnley.
two.1.5) Estimated total value
Value excluding VAT: £564,000
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
Tenders are invited from organisations that have the resources, ability and experience to undertake facilities management services at Burnley Bus Station, Croft Street, Burnley. The proposed Contract period will commence 9th October 2023. The initial contract period will be for 3 years with an option to extend by a further period of 2 years in yearly increments.
The ITT document sets out the procurement arrangements and conditions, the schedules cover contract conditions and terms, and specification i.e. the nature and extent of of the Council's requirements and the method statements and tender pricing schedule needed to be completed as part of the tender response for the services to be provided. Bus station departure information is also included.
Staff are employed by the existing service provider. They will be subject to transfer of undertakings agreements (TUPE) regulations. Bidders will be required to sign a confidentiality agreement with regards to the release of further TUPE related information.
Where a contract is successfully awarded, and where property management services are transferred, the service provider will be required to consult with the existing provider and employees to enter into the appropriate TUPE agreements.
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 the ITT document & Schedules at www.the-chest.org.uk Ref DN677710.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
At the end of the 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 up to an additional 24 months in 12 month increments.
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
11 August 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
11 August 2023
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice England and Wales
London
Country
United Kingdom