Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Reigate and Banstead Borough Council
Town Hall, Castlefield Road
Contact point(s): Reigate and Banstead Borough Council
For the attention of: Helen Dredge
RH2 0SH Reigate
UNITED KINGDOM
Telephone: +44 1737276430
E-mail: helen.dredge@reigate-banstead.gov.uk
Internet address(es):
General address of the contracting authority: http://www.reigate-banstead.gov.uk
Further information can be obtained from: Merritt-Harrison Catering Consultancy
PO Box 309
For the attention of: Anne Merritt-Harrison
GU1 1WS Guildford
UNITED KINGDOM
Telephone: +44 1483533962
E-mail: admin@merritt-harrison.com
Internet address: http://www.merritt-harrison.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Merritt-Harrison Catering Consultancy
PO Box 309
For the attention of: Anne Merritt-Harrison
GU1 1WS Guildford
UNITED KINGDOM
Telephone: +44 1483533962
E-mail: admin@merritt-harrison.com
Internet address: http://www.merritt-harrison.com
Tenders or requests to participate must be sent to: Merritt-Harrison Catering Consultancy
PO Box 309
For the attention of: Anne Merritt-Harrison
GU1 1WS Guildford
UNITED KINGDOM
Telephone: +44 1483533962
E-mail: admin@merritt-harrison.com
Internet address: http://www.merritt-harrison.com
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Management of RBBC community centres.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Reigate, Banstead and Horley.
NUTS code UKJ23
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)The Council is seeking a service provider to manage the three community centres in the borough, maintain the buildings on a day-to-day basis (maintenance, cleaning and caretaking), provide services to older people, use the community centres as a base to provide services to older people in the community, market the services to older people, and market and manage lettings to other parties.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 1 200 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
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 conditionsThe 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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 4: and maximum number 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 10.3.2014 - 09:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate10.3.2014 - 16:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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:27.1.2014