Swindon Borough Council: Café and Corporate Hospitality Catering

  Swindon Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Café and Corporate Hospitality Catering
Notice type: Contract Notice
Authority: Swindon Borough Council
Nature of contract: Services
Procedure: Open
Short Description: STEAM – Museum of the Great Western Railway is seeking a single catering partner with a proven track record to operate and deliver a high quality food and beverage service to its three core business segments: •Corporate Hospitality •Special Events •Café The contract will be for an initial period of three years commencing on 1st February 2018 and running to 31st January 2021. The contract has the option to extend for a further one year from 1st February 2021 to 31st January 2022, subject to contract performance, meeting KPIs and budget availability. Maximum contract term is four years. All tender documents are available in the attachments section on the tender advert on the South West Portal available at URL: www.supplyingthesouthwest.org.uk DN308238
Published: 13/11/2017 12:45

View Full Notice

UK-Swindon: Canteen and catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Swindon Borough Council
             Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
             Tel. +44 1793466619, Email: isurtees@swindon.gov.uk
             Contact: Ian Surtees
             Main Address: www.swindon.gov.uk
             NUTS Code: UKK14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplyingthesouthwest.org.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Café and Corporate Hospitality Catering       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      55500000 - Canteen and catering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: STEAM – Museum of the Great Western Railway is seeking a single catering partner with a proven track record to operate and deliver a high quality food and beverage service to its three core business segments:

•Corporate Hospitality
•Special Events
•Café

The contract will be for an initial period of three years commencing on 1st February 2018 and running to 31st January 2021. The contract has the option to extend for a further one year from 1st February 2021 to 31st January 2022, subject to contract performance, meeting KPIs and budget availability. Maximum contract term is four years.

All tender documents are available in the attachments section on the tender advert on the South West Portal available at URL:
www.supplyingthesouthwest.org.uk DN308238       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      55500000 - Canteen and catering services.
      55520000 - Catering services.
      55523000 - Catering services for other enterprises or other institutions.
      
      II.2.3) Place of performance:
      UKK14 Swindon
      
      II.2.4) Description of procurement: Swindon Borough Council (SBC) wishes to submit to tender the requirements for the provision of seeking a single catering partner with a proven track record to operate and deliver a high quality food and beverage service to its three core business segments at Steam Museum:

•Corporate Hospitality
•Special Events
•Café

The Museum seeks a provider who can invest in the operation and develop the product offering and experience to ensure the facility achieves a minimum four star hygiene rating in the café and the Museum becomes a destination for all visitors to the site. Barista style coffee for café and conference guests is one desired outcome from the catering partner and tailored group travel packages.

The contract will be for an initial period of three years with the option to extend for a further one year, subject to contract performance, meeting KPIs and budget availability. Maximum contract term is four years. Contract value will be between £400,000 and £625,000 per annum.

Total maximum value (excluding optional extensions) of £1,200,000 to £1,8750,000. Total maximum value (including optional extensions) of £1,600,000 to £2,500,000.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Range of tailored Museum focussed menus / Weighting: 5%
            Quality criterion - Name: Quality and range of food and beverage offerings / Weighting: 10%
            Quality criterion - Name: Delivery of bespoke menus at specialist events / Weighting: 10%
            Quality criterion - Name: Flexibility and comprehensive coverage of all events, including hours of operating / Weighting: 5%
            Quality criterion - Name: Presentation of food, beverages and hospitality area for corporate and café customers / Weighting: 10%
                        
            Cost criterion - Name: Financial contribution to SBC from business turnover / Weighting: 35%
            Cost criterion - Name: Menu pricing and charges / Weighting: 10%
            Cost criterion - Name: Proposed plans for expansion/development of business and turnover figures / Weighting: 10%
            Cost criterion - Name: Method statement on cash analysis and auditing / Weighting: 5%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,500,000       
      Currency: GBP       
      II.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: 12 month renewal
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/12/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/12/2017
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=286940299
   VI.4) Procedures for review
   VI.4.1) Review body:
             Swindon Borough Council
       Euclid Street, Swindon, SN2 2JH, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Swindon Borough Council
          Swindon, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Swindon Borough Council
       Euclid Street, Swindon, SN2 2JH, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 13/11/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Canteen and catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Swindon Borough Council
       Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
       Tel. +44 1793466619, Email: isurtees@swindon.gov.uk
       Contact: Ian Surtees
       Main Address: www.swindon.gov.uk
       NUTS Code: UKK14

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Other activity: Catering

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Café and Corporate Hospitality Catering            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         55500000 - Canteen and catering services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: STEAM – Museum of the Great Western Railway is seeking a single catering partner with a proven track record to operate and deliver a high quality food and beverage service to its three core business segments:

•Corporate Hospitality
•Special Events
•Café

The contract will be for an initial period of three years commencing on 1st February 2018 and running to 31st January 2021. The contract has the option to extend for a further one year from 1st February 2021 to 31st January 2022, subject to contract performance, meeting KPIs and budget availability. Maximum contract term is four years.

All tender documents are available in the attachments section on the tender advert on the South West Portal available at URL:
www.supplyingthesouthwest.org.uk DN308238

      II.1.6) Information about lots
         This contract is divided into lots: No
         
            

   II.2) Description

      II.2.2) Additional CPV code(s):
            55500000 - Canteen and catering services.
            55520000 - Catering services.
            55523000 - Catering services for other enterprises or other institutions.


      II.2.3) Place of performance
      Nuts code:
      UKK14 - Swindon
   
      Main site or place of performance:
      Swindon
             

      II.2.4) Description of the procurement: Swindon Borough Council (SBC) is seeking a single catering partner to deliver a high quality food and beverage service to Steam Museum. Initial contract period three years, option for a further one year, subject to contract performance, KPIs and budget. Contract value £400,000 and £625,000 per annum.Total maximum value (excluding extension) of £1,200,000 to £1,8750,000 (including extension) of £1,600,000 to £2,500,000.

      II.2.5) Award criteria:
      Quality criterion - Name: Range of tailored Museum focussed menus / Weighting: 5%
      Quality criterion - Name: Quality and range of food and beverage offerings / Weighting: 10%
      Quality criterion - Name: Delivery of bespoke menus at specialist events / Weighting: 10%
      Quality criterion - Name: Flexibility and comprehensive coverage of all events, including hours of operating / Weighting: 5%
      Quality criterion - Name: Presentation of food, beverages and hospitality area for corporate and café customers / Weighting: 10%
                  
      Cost criterion - Name: Financial contribution to SBC from business turnover / Weighting: 35%
      Cost criterion - Name: Menu pricing and charges / Weighting: 10%
      Cost criterion - Name: Proposed plans for expansion/development of business and turnover figures / Weighting: 10%
      Cost criterion - Name: Method statement on cash analysis and auditing / Weighting: 5%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=312510211

   VI.4) Procedures for review

      VI.4.1) Review body
          Swindon Borough Council
          Euclid Street, Swindon, SN2 2JH, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Swindon Borough Council
          Swindon, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Swindon Borough Council
          Euclid Street, Swindon, SN2 2JH, United Kingdom

   VI.5) Date of dispatch of this notice: 12/04/2018