Published date: 2 October 2020
This notice was replaced on 7 April 2021
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 7 April 2021)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Vending machines - 42933000
Restaurant and food-serving services - 55300000
Canteen and catering services - 55500000
Location of contract
North East
Value of contract
£720,000
Procurement reference
TEWV - Restaurant and Hospitality 2020
Published date
2 October 2020
Closing date
30 October 2020
Closing time
12pm
Contract start date
1 April 2021
Contract end date
31 March 2026
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
Tees, Esk and Wear Valleys NHS Foundation Trust (the "Trust") is looking to procure restaurant, hospitality and vending machine services to be provided to Trust staff, patients and visitors, at Roseberry Park Hospital in Middlesbrough, an NHS hospital specialising in mental health and children's learning disabilities services.
The restaurant service will operate from a Trust café-style facility, as a minimum, during certain core hours.
The hospitality service will be provided as required by the Trust.
A stocked vending service is required to be made available at all times.
Patient catering is not within the scope of the contract.
The contract term is expected to be 5 years from 1 April 2021, with an option for extension by the Trust for up to a total of 7 years.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 are likely to apply.
The stated estimated value of the contract is based on:
- estimated turnover for the first 48 months, and
- forecasts made prior to the Covid-19 pandemic,
it should not, therefore be treated as reflective of the current circumstances and economic operators are expected to undertake their own due diligence with regard to value.
The service is currently subsidised.
The procurement is being conducted using the restricted procedure and it is anticipated that 5 potential providers will be invited to submit tenders.
The contract is not divided into lots and variant bids will not be accepted.
The Trust does not bind itself to accept the lowest or any tender.
The Trust reserves the right to cancel this procurement procedure at any time. The Trust will not be liable for any costs incurred by
those expressing interest in or tendering for this opportunity.
In order to be considered for this opportunity, economic operators must complete and submit a selection questionnaire in accordance with the instructions contained within it. Completed selection questionnaires should be received by 12:00 (noon) via email to melanie.pears@wardhadaway.com, laura.rostron@wardhadaway.com and carole.britten@wardhadaway.com.
The procurement documents (including the selection questionnaire) are available at: https://www.wardhadaway.com/procurement-competition-tewv-restaurant-hospitality/
More information
Links
-
- https://www.wardhadaway.com/procurement-competition-tewv-restaurant-hospitality/
- Bidding documents
- Selection Questionnaire and Procurement Documents
Additional text
-
A potential bidder information event is currently planned to take place on Wednesday, 21 October 2020. Please contact:
melanie.pears@wardhadaway.com
laura.rostron@wardhadaway.com and
carole.britten@wardhadaway.com
before Wednesday, 14 October 2020 to register your interest in attending and for further details (location/time).
The Trust does not bind itself to accept the lowest or any tender.
The Trust reserves the right to terminate the procurement process (or part of it) at any time, to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means.
The Trust is not liable for any costs incurred by those expressing an interest in or tendering for this contract including but not limited to where the contract award procedure is cancelled or adjusted for any reason. No reimbursement of costs shall be available. The Trust may, at its sole discretion, modify the procurement documents (including any part of them) by amendments in writing, including extending the deadline for receipt of responses and/or tenders.
All responses and tenders and all supporting documentation for the contract must be priced in pounds sterling and all payments made in relation to the contract will be made in pounds sterling. The Trust reserves the right to require deposits, guarantees, bonds, insurance cover and/or other forms of security cover it deems appropriate. All responses, tenders and all supporting documentation for the contract must be written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
The Trust reserves the right to approve any and all sub-contractor appointments that tenderers intend to make. Where a potential provider may only be capable of providing certain elements of the service requirements themselves they may wish to form a consortium or joint venture with others to facilitate provision of all services. The Trust intends to enter into one contract only for the entire requirement.
The costs of participation in the procurement will be borne by each potential provider.
About the buyer
Contact name
Laura Rostron
Address
Sandgate House, 102 Quayside
NEWCASTLE UPON TYNE
NE13DX
England
Share this notice