Section one: Contracting authority
one.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
CPSProcurementAdvice@gov.wales
Telephone
+44 3000257095
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
https://etenderwales.bravosolution.co.uk/web/login.shtml
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Welsh Government Catering Services Contract
Reference number
C050/2024/2025
two.1.2) Main CPV code
- 55500000 - Canteen and catering services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender opportunity is for the Welsh Government catering service requirements in order to award a single contract to a main supplier for the provision of these services.
The Catering Services Contract will cover the provision of on-site catering services at 4 office locations in Wales and hospitality catering solutions for the Client’s offices without on-site catering facilities – including 1 office located in London.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55500000 - Canteen and catering services
- 39310000 - Catering equipment
- 50883000 - Repair and maintenance services of catering equipment
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39311000 - Light catering equipment
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Below is an over-view of the Client’s requirements which are detailed and confirmed in the tender documents.
The Client requires the Catering Services Contract to deliver positive economic and social benefits to Wales and services must be delivered with assured statutory compliance - particularly in respect of Food Safety legislation, Health and Safety Law and all other applicable legislation.
The service must reflect exemplary standards of catering industry best practice and must be operated with a management ethos of continuous improvement throughout the contract term whilst delivering best value for the Client and service users.
The contract must maximise resource efficiency (water; heat; power; waste management etc.) and sustainable practices – including support for locally procured food and local food producers; health and wellbeing and Fairtrade.
There are currently 4 office locations in scope for on-site catering services – Cardiff; Merthyr Tydfil; Aberystwyth and Llandudno Junction. The Client requires a café-style service offering a range of hot and cold ‘grab and go’ food and hot and cold beverages and hospitality catering services. There is also a limited / ad-hoc requirement for events and fine dining services mainly at the Client’s Cardiff location.
Whilst there remains some uncertainty about post-pandemic building occupancy numbers, for illustrative purposes the Client anticipates attendance at the 4 catered offices to be circa 50% of pre-pandemic numbers. On this basis, occupancy would be as follows - Cathays Park (1,640 staff); Merthyr Tydfil (297 staff); Aberystwyth (210 staff); Llandudno Junction (338 staff).
The Client also currently has 9 office locations without on-site catering facilities that will require a limited / ad-hoc hospitality food and beverage service. These offices are located in Caerphilly; Newport; Swansea; Carmarthen; Newtown; Llandrindod Wells; Wrexham; Caernarfon and London.
Services provided through the contract must be fully compliant with the Welsh Government’s Welsh Language Scheme. In particular, the contractor will be required to ensure that in all dealings with the public, Welsh and English languages must be treated on the basis of equality - including ensuring that all menu and promotional material, customer surveys and any other information or hospitality booking system content, whether provided in hard copy or through any electronic medium, are fully bilingual.
Security vetting clearance will be required for all contractor personnel engaged in the delivery of the contracted services.
The contract will also include the provision of maintenance services for Client owned coffee machines (semi-automatic bean to cup and barista machines).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
3 years initial contract term plus an up to 3 years extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As stated in the tender documents.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The estimated contract value of GBP 4,000,000 is for the initial contract term and the optional extension period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
As stated in the tender documents
three.2.2) Contract performance conditions
As stated in the tender documents
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-021154
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 September 2024
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 September 2024
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 years initial contract term + up to 3 years extension option
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please see information within the the Specification and Annex 08 in relation to site visits which will be held across 4 locations the following week. The details and instructions how to register attendance if suppliers wish to will be in the tender documents.
E-TENDER INFORMATION:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
- The User who performs the Registration becomes the Super User for the Organisation.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 2pm
HOW TO FIND THE ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The etender references for this contract are: Project_53995 and
ITT _104034.
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=142945
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As described in the tender documents
(WA Ref:142945)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom