Tender

Nottinghamshire County Council - Joint Venture Partner - Catering and FM

  • Nottinghamshire County Council

F02: Contract notice

Notice identifier: 2024/S 000-024399

Procurement identifier (OCID): ocds-h6vhtk-04876e

Published 2 August 2024, 5:17pm



Section one: Contracting authority

one.1) Name and addresses

Nottinghamshire County Council

County Hall, Loughborough Road Westbridgford

Nottinghamshire

NG2 7QP

Contact

. Holly Fisher

Email

holly.fisher@nottscc.gov.uk

Telephone

+44 1158788113

Country

United Kingdom

Region code

UKF15 - North Nottinghamshire

Internet address(es)

Main address

http://www.nottinghamshire.gov.uk

Buyer's address

http://www.nottinghamshire.gov.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Nottinghamshire County Council - Joint Venture Partner - Catering and FM

Reference number

DN735523

two.1.2) Main CPV code

  • 55523100 - School-meal services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £370,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 55000000 - Hotel, restaurant and retail trade services
  • 77314000 - Grounds maintenance services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90911200 - Building-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire

two.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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.2) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice, The Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.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