Supply of Catering Services to the Metropolitan Police
1. Staff Restaurants – this is the provision of a food service to both police officers and police staff on Authority premises.
United Kingdom-London: Hotel, restaurant and retail trade services
2015/S 250-458470
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Mayor’s Office for Policing and Crime (MOPAC)
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Jim Meadows
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071612846
E-mail: jim.meadows@met.police.uk
Internet address(es):
General address of the contracting authority: http://www.met.police.uk/
Address of the buyer profile: http://www.met.police.uk/
Electronic access to information: http://www.bluelight.gov.uk/
Electronic submission of tenders and requests to participate: http://www.bluelight.gov.uk/
Further information can be obtained from: Mayor’s Office for Policing and Crime (MOPAC)
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Jim Meadows
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071612846
E-mail: jim.meadows@met.police.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mayor’s Office for Policing and Crime (MOPAC)
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Jim Meadows
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071612846
E-mail: jim.meadows@met.police.uk
Tenders or requests to participate must be sent to: Mayor’s Office for Policing and Crime (MOPAC)
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Jim Meadows
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071612846
E-mail: jim.meadows@met.police.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 17: Hotel and restaurant services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Metropolitan Police Service (MPS), founded by Sir Robert Peel in 1829, is famed around the world and has a unique place in the history of policing. Today, accountable to The Mayor’s Office for Policing and Crime (MOPAC). For the purposes of this Contract Notice the term ‘Authority’ shall refer to the MPS and/or MOPAC as the context requires. The Authority is responsible for policing an area of 620 square miles with a daily population of over 12 m. The Authority, in common with the majority of other public sector organisations is facing significant cost/budget challenges over the next few years. In order to meet this challenge the Authority is radically changing to improve the delivery of high quality policing services in a more effective and cost efficient way as it aspires to be the best police service in the world. The Authority, however, needs to eliminate duplication and work as one organisation to achieve the outcomes. The changes mean a fundamental re-think about the way the Authority delivers its services to become a modern and responsive organisation that puts the public at the heart of what it does. The outcome of the changes will ensure neighbourhood policing is the foundation of what the Authority does overlaid with a flexible and dynamic pan London response, investigative and specialist policing. This contract notice is to notify the market that the Authority will be commencing a tender process for Catering Services. The contract shall include without limitation, the following areas of service provision: 1. Staff Restaurants — this is the provision of a food service to both police officers and police staff on Authority premises. Any adaptations/alterations to furniture, fixtures or fittings to staff restaurants and associated facilities that the successful deems necessary will be carried out by the successful bidder and will have to be agreed with the Authority prior to modification or change. Any modifications to structure or building fabric will be undertaken by the Authority if approved. The type of service varies across the Authority Estate depending on number of officers/staff based at particular locations. This is a service that staff/officers pay for at point of sale. It is an aspiration of the Authority under this procurement for the successful bidder to deliver the Staff Restaurant service on a nil- subsidy basis. 2. Operational Feeding — This is the provision of food and drinks to police officers involved in Public order events and incidents both planned and unplanned. This can potentially include other parties that may be involved in or present at an incident or event 3. Hospitality — This is the provision of food and beverages services for a range of events for officers, staff and guests predominantly in three main buildings across the Authority Estate but also at other buildings and / or sites as required by the Authority. 4. Vending — to provide and manage the vending requirements across the Estate. This will include the supply and maintenance of machines as well as provision of food and drink supply to the machines. Further information about our requirements is attached on ‘Bluelight’.5. In the future following contract award there may be a requirement to supply detainee meals for custody suites. 6. Any other services related to or similar to areas 1-5 inclusive may be required by the Authority from time to time. This may include provision of feeding facilities when required for operational feeding and provision of Authority approved drivers and vehicles.
Bidders will be expected to provide all of these services; the Authority will not be breaking the overall requirement into separate lots.
This contract is being tendered under the Public Contracts Regulations 2015 ‘Light Touch Regime’ (under regulations 74-77 inclusive), therefore the tender procedure is not subject to the full scope of the Public Contract Regulations 2015 and shall be subject to bespoke design and timescales accordingly.
The Initial Descriptive Document provides a fuller description of the services required, scope, locations and size of requirements. Bidders are advised to read this document and then decide whether to express an interest and complete the pre-qualification questionnaire accordingly (PQQ).
All relevant documentation will be available to download through ‘Bluelight’. All communications should, in the first instance, be transmitted through the eTendering Portal ‘Bluelight’. This portal also holds the Initial Descriptive Document and PQQ. Completed (PQQ) should be submitted, along with any relevant supporting information electronically via the Bluelight (eTendering system) www.bluelight.gov.uk (Due North system) no later than the respond by date and time.
To upload and submit your response, go to www.bluelight.gov.uk select Supplier Login and enter your username and password. Click on My Opportunities. This will take you to the Opportunities area. On the top left of the opportunities area is listed PQQ’s, ITT’s, RFQ and Auctions you have been invited to, with the respond by date and time, and the status of your response.
The Authority will not accept hard copy, email or telephone expressions of interest.
The Authority will provide fixed points of contact for this exercise when you request further information. The Authority asks that you do not contact any other individual or team at the Authority or any of our advisors.
The Authority intends to utilise a short duration competitive dialogue phase in this procurement to ensure mutual understanding of the requirements. There will be two phases to the dialogue: the first will be an outline solutions stage that will be undertaken with a maximum of 5 bidders which will take place over approximately a four week period and will provisionally take place in March 2016. The second phase will be for detailed solutions will be undertaken with a maximum of three bidders and will last approximately 3 weeks and will take place April / May 2016. A final tender stage will then be utilised to achieve selection of the final solution and provider. A provisional target date for contract award is June 2016. Although the process is modelled on a competitive dialogue process under regulation 30 of the Public Contracts Regulations 2015, the Authority is not bound by Regulation 30 due to the procurement coming under the ‘Light Touch regime’ (under regulations 74 — 77 inclusive). The Authority reserves the right to change both the structure and the timetable of the process.
II.1.6)Common procurement vocabulary (CPV)
55000000, 39310000, 55523000, 79952000, 39222100, 15894500, 42930000, 45212421, 45212422, 45212423, 45212500, 55300000, 55400000,55510000, 55521200, 55522000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The initial contract will be for 3 years and a unilateral option for the Authority to extend for further periods up to a maximum of 24 months. The estimated value of the contract to the successful bidder is in the range circa 3 600 000 GBP to 6 200 000 GBP per annum.
II.2.2)Information about options
Description of these options: See II.2.1.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Requirements as set out in the Pre-Qualification Questionnaire (PQQ).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 122-223087 of 27.6.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: