Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Nottinghamshire County Council - Joint Venture Partner - Catering and FM

  • First published: 06 August 2024
  • Last modified: 06 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04876e
Published by:
Nottinghamshire County Council
Authority ID:
AA20184
Publication date:
06 August 2024
Deadline date:
02 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
90911200 Building-cleaning services Accommodation, building and window cleaning services
79993100 Facilities management services Building and facilities management services
77314000 Grounds maintenance services Planting and maintenance services of green areas
55000000 Hotel, restaurant and retail trade services Other Services
45112700 Landscaping work Excavating and earthmoving work
55523100 School-meal services Catering services for other enterprises or other institutions

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
holly.fisher@nottscc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.