Nursing and Midwifery Council: Provision of Catering and Hospitality Services

  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

UK-London: Canteen and catering services.
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

UK-London: Canteen and catering services.

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