Nursing and Midwifery Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Catering and Hospitality Services |
Notice type: | Contract Notice |
Authority: | Nursing and Midwifery Council |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Catering and hospitality services including one London based cafe to one Edinburgh and 3 London locations |
Published: | 06/02/2017 18:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Nursing and Midwifery Council
23 Portland Place, London, W1B 1PZ, United Kingdom
Tel. +44 2076815941, Email: procurement@nmc-uk.org
Main Address: https://nmc-uk.org
NUTS Code: UK
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
Access to the procurement documents is restricted. Further information can be obtained at: http://www.bipsolution.com
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent to the address as in Annex A.III
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
Other type:: Health Regulator
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Catering and Hospitality Services
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: Catering and hospitality services including one London based cafe to one Edinburgh and 3 London locations
II.1.5) Estimated total value:
Value excluding VAT: 2,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Catering services provided at premises operated by the NMC across the following locations:
•23 Portland Place, London, W1B 1PZ
•61 Aldwych, London, WC2B 4AE incorporating services provided to 1 Kemble Street, London, WC2B 4AN
•2 Stratford Place, E20 1EJ
•114-116 George Street, Edinburgh, EH2 4LH
23 Portland Place:
•The provision of a staff cafe
•The provision of ingredients for free issue coffee points on floors ground 1 to 6
•A hospitality service to meeting rooms and offices between 8am and 4pm
•Occasional evening and weekend hospitality
•Council dinners and lunches approximately every every 2 months
61 Aldwych:
•A hospitality service for Fitness to Practice (FtP) adjudication sessions and occasionally to meeting rooms and offices.
•The provision of ingredients to free issue coffee points
•Servicing 1 can / confectionery vending machine and 1 coffee vending machine.
Kemble Street (Serviced from 61 Aldwych):
•A very occasional hospitality service to meeting rooms; CEO office and training events only
•The provision of ingredients to free issue coffee points
•Servicing 1 can / confectionery vending machine owned by NMC. and 1 coffee vending machine
2 Stratford Place:
•A hospitality service for Fitness to Practice (FtP) adjudication sessions and occasionally to meeting rooms and offices.
•The provision of ingredients to free issue coffee points
•Servicing 1 can/confectionery vending machine owned by NMC. and 1 coffee vending machine.
114-116 George Street, Edinburgh:
•A hospitality service for Fitness to Practice (FtP) adjudication sessions and occasionally to meeting rooms and offices.
•The provision of ingredients to free issue coffee points
•The servicing of 1 can / confectionery vending machine owned by NMC and 1 coffee vending machine.
Please note the following prerequisites in order to respond to this Tender:
The supplier must:
Have the capability to supply services across the UK in order to satisfy future NMC requirements
Hold current Contracts for the supply of a similar profile (café, hospitality and delivered-in visitor lunch services) across multiple sites (volumes of site personnel and visitors ranging between 200 and 600 a day). Such contracts having been held for a minimum period of 3 years each
Be familiar with the supply and have experience of services to both public sector and private sector bodies
Be able to demonstrate compliance with UNICEF Baby Friendly Initiatives and the use of “Baby Friendly” brands within their service
Comply with all current legislation and good industry practice to including but not limited to:The General Food Law Regulations (EC) 178/2002; The Food Safety Act 1990; The Food Safety and Hygiene (England) Regulations 2013; The Control of Substances Hazardous to Health Regulations 2002 (COSHH); Equality Act 2010; Health & Safety at Work etc. Act 1974;Data Protection Act 1998; and Environmental Protection Act 1990
Maintain a Quality Management System in accordance with the requirements of ISO9001
Have in place a formal system and auditable records of employees’ right to work in the UK / EU
Maintain an Environmental Management System in accordance with the requirements of ISO14001. This shall include but not be limited to:
An Environmental Policy;
Regular review of organisation’s environmental aspects;
Setting objectives and targets to improve environmental impacts;
Operational control procedures;
Monitoring and recording;
Role allocation and training;
Non-conformance and corrective action process;
System audit and management review
Hold appropriate and sufficient levels of insurance
Have in place a formal system and auditable records of employees’ right to work in the UK / EU
Have in place a formal system and auditable records of employee security checks
The value of the contract must not exceed 20% of the total annual turnover of the supplier’s business
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,100,000
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: Potential for 2 year extension
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates: Not provided
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: This tender will open on March 13th 2017.
No additional information or documentation will be available before this date other than what is enclosed within this Notice.
Expressions of interest to: procurement@nmc-uk.org
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
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 NEGOTIATED
IV.1.1) Type of procedure:
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: No.
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: 24/04/2017 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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
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.
Please note the tender documents will not be available prior to March 13th 2017.
Expressions of interest only to: procurement@nmc-org.uk
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Canteen-and-catering-services./C95463WSG8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C95463WSG8
VI.4) Procedures for review
VI.4.1) Review body:
Nursing and Midwifery Council
23 Portland Place, London, W1B 1PZ, United Kingdom
Tel. +44 2076815941
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/02/2017
Annex A
I) Addresses and contact points from which further information can be obtained:
Nursing and Midwifery Council
London, United Kingdom
Email: procurement@nmc-uk.org
Main Address: https://www.nmc-uk.org
NUTS Code: UK
III) Addresses and contact points to which tenders/requests to participate must be sent:
Nursing and Midwifery Council
London, United Kingdom
Email: procurement@nmc-uk.org
Main Address: https://www.nmc-uk.org
NUTS Code: UK
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Nursing and Midwifery Council
23 Portland Place, London, W1B 1PZ, United Kingdom
Tel. +44 2076815941, Email: procurement@nmc-uk.org
Main Address: https://nmc-uk.org
NUTS Code: UK
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:
Other type:: Health Regulator
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Catering and Hospitality Services
Reference number: RT441
II.1.2) Main CPV code:
55500000 - Canteen and catering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Catering and hospitality services including one London based cafe to one Edinburgh and 3 London locations
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,100,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Catering services provided at premises operated by the NMC across the following locations:
•23 Portland Place, London, W1B 1PZ
•61 Aldwych, London, WC2B 4AE incorporating services provided to 1 Kemble Street, London, WC2B 4AN
•2 Stratford Place, E20 1EJ
•114-116 George Street, Edinburgh, EH2 4LH
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
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: Competitive procedure with negotiation
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
Notice number in the OJEU: 2017/S 27-47861
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: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/09/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Lexington
1 Crown Court, London, EC2V 6JP, United Kingdom
Tel. +44 2073328585, Email: sophie.bertorelli@teamlexington.london
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,100,000
Total value of the contract/lot: 2,100,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=286294987
VI.4) Procedures for review
VI.4.1) Review body
Nursing and Midwifery Council
23 Portland Place, London, W1B 1PZ, United Kingdom
Tel. +44 2076815941, Email: procurement@nmc-uk.org
Internet address: www.nmc-uk.org
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
Not Provided
VI.5) Date of dispatch of this notice: 24/05/2018