Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Nottinghamshire County Council
County Hall, Loughborough Road Westbridgford
Nottinghamshire
NG2 7QP
UK
Contact person: . Holly Fisher
Telephone: +44 1158788113
E-mail: holly.fisher@nottscc.gov.uk
NUTS: UKF15
Internet address(es)
Main address: http://www.nottinghamshire.gov.uk
Address of the buyer profile: http://www.nottinghamshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.eastmidstenders.org/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.eastmidstenders.org/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Nottinghamshire County Council - Joint Venture Partner - Catering and FM
Reference number: DN735523
II.1.2) Main CPV code
55523100
II.1.3) Type of contract
Services
II.1.4) Short description
Nottinghamshire County Council (the Authority) is seeking to appoint a Provider to establish a joint venture to manage and operate to deliver (i) catering and facilities management (FM) services to the Authority; (ii) catering and/or FM services to schools; (iii) the County Enterprise Food Management services contract for the Authority; (iv) third party revenue growth for these services including through the management and operation of the County Enterprise Foods business. Further details can be found in the procurement documents.
The main subject-matter of the services being procured are “light regime” services and falls under Regulations 74-76 of the Public Contracts Regulations 2015 which govern the award of light regime service contracts. The Authority is using a procurement process modelled on the competitive dialogue procedure and the procurement documents describe this process in further detail.
II.1.5) Estimated total value
Value excluding VAT:
370 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45112700
55000000
77314000
79993000
79993100
90911200
II.2.3) Place of performance
NUTS code:
UKF15
UKF16
II.2.4) Description of the procurement
Continued from II.1.4 - The joint venture will operate for an initial period of 5 years with an option to extend to 5 years (a maximum duration of 10 years). The duration of contracts awarded to the joint venture will however vary.
Further information on the scope of the opportunity can be found in the procurement documents.
The Authority intends to invite the 5 highest scoring compliant SQ responses to the tender and dialogue stages of the competition.
Bidders should note that the procurement documents issued with this Contract Notice are draft documents at this stage, providing indicative information of the Authority’s intended approach to the procurement process and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the tender stages of the process
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The estimated value in II.1.5 and II.2.6. represent the current turnover of the range of services as presently delivered by the Council to its customers (a breakdown is set out in the procurement documents). However, potential returns will depend on many commercial factors including (but not limited to) the performance of the Provider and market conditions. Bidders should therefore seek independent legal and commercial advice in relation to the potential value of the opportunity as a whole
Bidders should note that these indicative figures are estimated values and the services delivered by the JV may increase or decrease (in scope and volume) and so actual demand and usage may differ over the term of the JV
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The successful bidder may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain initiatives. Contract conditions may relate to these considerations
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Requests to participate must be by way of completion and return of the SQ (prequalification questionnaire) by the date and time specified in IV.2.2. The Authority reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their requests to participate well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may arise due to high volumes of traffic attempting to submit applications at the same time.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice, The Royal Court of Justice
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice
VI.5) Date of dispatch of this notice
02/08/2024