By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Commercial Operations at Rufford Abbey Country Park.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Nottinghamshire County Council
County Hall, West Bridgford
Contact point(s): Corporate Procurement
For the attention of: Mr Joe Sardone
NG2 7QP Nottingham
UNITED KINGDOM
Telephone: +44 1159773136
E-mail:

Internet address(es):

General address of the contracting authority: http://www.nottinghamshire.gov.uk

Address of the buyer profile: https://www.eastmidstenders.org

Electronic access to information: https://www.eastmidstenders.org

Electronic submission of tenders and requests to participate: https://www.eastmidstenders.org

Further information can be obtained from: Nottinghamshire County Council
County Hall, West Bridgford
Contact point(s): Corporate Procurement
For the attention of: Mr Joe Sardone
NG2 7QP Nottingham
UNITED KINGDOM
Telephone: +44 1159773136
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Nottinghamshire County Council
County Hall, West Bridgford
Contact point(s): Corporate Procurement
For the attention of: Mr Joe Sardone
NG2 7QP Nottingham
UNITED KINGDOM
Telephone: +44 1159773136
E-mail:

Tenders or requests to participate must be sent to: Nottinghamshire County Council
County Hall, West Bridgford
Contact point(s): Corporate Procurement
For the attention of: Mr Joe Sardone
NG2 7QP Nottingham
UNITED KINGDOM
Telephone: +44 1159773136
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Commercial Operations at Rufford Abbey Country Park.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Recreational, cultural and sporting services

NUTS code UKF1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Nottinghamshire County Council seeks expressions of interest from suitably experienced organisations to secure a commercial management and development partner for Rufford Abbey Country Park through Competitive Dialogue tender procedure.
Each year the Park welcomes around 350 000 visitors and generates income close to 2 000 000 GBP. The Council's vision for the Park is: ‘A long-term, sustainable future for Rufford Abbey Country Park. To conserve (protect and enhance) the heritage of the historic abbey buildings and the surrounding parkland and to develop a modern and attractive visitor offer.’
To help deliver and maintain this vision, we wish to enter into a contractual arrangement with a partner develop a modern and attractive visitor offer, and to manage this commercial and visitor offer, the Council will continue to manage the Park's parkland and garden areas. The partner will need to demonstrate its ability to contribute to our vision effectively and sustainably, based upon a financially sound long-term operational model that is attractive and acceptable to the Council.
The Council's specific requirements are that:
- A visitor offer which operates daily throughout the year, and as a minimum support and accommodates current visitor numbers;
- Demonstration that any capital investment in new/improved facilities has a minimum life span of 10 years;
- Ensuring continuing free public access to the Rufford Abbey Country Park;
- Effectively supporting all-ability visitor access;
- Effectively supporting the management of visitor impact on the park in general and the historic remains within and around the Scheduled Ancient Monument (SAM) in particular providing appropriate interpretation/visitor information;
- Demonstrating environmental good practice in respect of the operation of the facilities.
The Council's ambition is for the Park to be operated with as small a revenue budget subsidy as is practicable and, in the short-term, to reduce the Councils expenditure by 300 000 GBP per annum.
Management of the Park's parkland and gardens will be retained by the Council. The partner will manage the commercial offer only.
The Council has identified a capital contribution of up to 1 000 000 GBP towards the development of enhanced/remodelled visitor facilities. The Council wishes to minimise its capital contribution, and is therefore keen to maximise the contribution of partners/other external sources of funding. If the Council's capital is used, the Council requires a demonstrable financial return and best value for this investment.
The Council considers that there may be scope for appropriate development on-site in the form of underused buildings that may support and accommodate additional/reshaped visitor provision, e.g. for holiday accommodation or additional play facilities. Notwithstanding heritage constraints, the Council is keen to explore the opportunities for such development, should partners wish to consider capital investment to improve the visitor offer and generate additional income for the site.
II.1.6)Common procurement vocabulary (CPV)

55000000, 79952000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The successful bidder will be required to meet the following objectives:
- Provide a service for between 5 and 15 years, as options to be set out in its bid;
- Operate all commercial and associated visitor services including information, education and events;
- Care for and maintain of all buildings, equipment and facilities within the scope of the commercial offer (excluding major and structural maintenance, fixed plant and electrical - unless these have been modified by the operator);
- Manage and use appropriately the buildings and facilities included within the commercial offer that are in the Guardianship of Historic England in accordance with the management plan agreed between the Council and the English Heritage Trust;
- Manage of visitors including car parking and vehicular access;
- By agreement manage of the lake if required for recreational development;
- Deliver best value for money;
- Contribute to our vision and key objectives for Rufford Abbey Country Park;
- Ensure that all legislative requirements are met.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Detailed in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Detailed in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 2: and maximum number 3
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN126248
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.5.2016 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.4.2016

Other interesting websites