Notice Information
Notice Title
Provision of Catering and Hospitality Consultancy
Notice Description
This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings.
Lot Information
Lot 1
This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings. The appointed Consultant shall carry out the following Services: -Market Appraisal, -Designing the Catering Offer, -Devising the Target Operating Model, -Financial Performance, -Staffing, -Transport and Logistics, and -Advising design teams for cultural venues undergoing refurbishment It is anticipated that the Contract will be for term of no longer than sixteen (16) weeks commencing on Monday 15 October 2018 and be completed by no later than Thursday 31 January 2019.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000555852
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333858
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
55 - Hotel, restaurant and retail trade services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
55900000 - Retail trade services
79411100 - Business development consultancy services
Notice Value(s)
- Tender Value
- £25,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £24,250 Under £100K
Notice Dates
- Publication Date
- 10 Oct 20187 years ago
- Submission Deadline
- 19 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Oct 20187 years ago
- Contract Period
- 15 Oct 2018 - 31 Jan 2019 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329928
Provision of Catering and Hospitality Consultancy - This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333858
Provision of Catering and Hospitality Consultancy - This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000555852-2018-10-10T00:00:00Z",
"date": "2018-10-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000555852",
"initiationType": "tender",
"parties": [
{
"id": "org-2",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Euan Walker",
"email": "euan.walker@renfrewshire.gov.uk",
"telephone": "+44 1416187791",
"faxNumber": "+44 1416187050",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-3",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-90",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-210",
"name": "Business & Tourism Solutions Ltd",
"identifier": {
"legalName": "Business & Tourism Solutions Ltd"
},
"address": {
"streetAddress": "23 Stafford Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH3 7BJ"
},
"contactPoint": {
"telephone": "+44 1316257040"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-155",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-90"
},
"tender": {
"id": "RC-CPU-19-182",
"title": "Provision of Catering and Hospitality Consultancy",
"description": "This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "55900000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 25000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2018-09-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-19T12:30:00Z"
},
"documents": [
{
"id": "AUG329928",
"documentType": "contractNotice",
"title": "Provision of Catering and Hospitality Consultancy",
"description": "This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329928",
"format": "text/html"
},
{
"id": "OCT333858",
"documentType": "awardNotice",
"title": "Provision of Catering and Hospitality Consultancy",
"description": "This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333858",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This procurement process to enable the appointment of an experienced and knowledgeable catering and / or hospitality consultant to provide guidance, advice and options as to how selected Renfrewshire Leisure Ltd operated cultural venues and leisure facilities can commercially benefit from their on-site catering facilities and offerings. The appointed Consultant shall carry out the following Services: -Market Appraisal, -Designing the Catering Offer, -Devising the Target Operating Model, -Financial Performance, -Staffing, -Transport and Logistics, and -Advising design teams for cultural venues undergoing refurbishment It is anticipated that the Contract will be for term of no longer than sixteen (16) weeks commencing on Monday 15 October 2018 and be completed by no later than Thursday 31 January 2019.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-10-15T00:00:00Z",
"endDate": "2019-01-31T00:00:00Z"
},
"hasRenewal": false
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"bidOpening": {
"date": "2018-09-19T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire House, Cotton Street, Paisley"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "Contract Performance Conditions are as stated within the Statement of Requirements document located within the ITT Document on Public Contracts Scotland - Tender platform."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "It is a requirement of this contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - 10,000,000 GBP Public Liability Insurance - 2,000,000 GBP Professional Indemnity Insurance - 1,000,000 GBP Statutory Third-Party Motor Vehicle Insurance - 5,000,000 GBP ----- The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Tenderer's review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review the Tenderer considers that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence i.e. audited accounts. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Tenderer may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end.",
"minimum": "Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract the stated level of insurance provision. Tenderers unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the Procurement Process. ----- The Council will obtain a D&B report for each Tenderer within 7 days of the Tender Return Deadline. The information and Failure Score contained within the report obtained by the Council will be used to assess Tenderers against the Minimum Requirements stated directly above and is final. Tenderer's who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and be excluded from the Procurement Process. Tenderer's who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial may be assessed as a FAIL and be excluded from the Procurement Process. Tenderer's that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and be excluded from the Procurement Process."
},
{
"type": "technical",
"description": "Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. ----- Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ----- Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the document entitled ITT - Catering & Hospitality Consultancy located within the Public Contracts Scotland - Tender platform.",
"minimum": "Tenderers should provide a minimum of two examples of Similar Projects as stated in the Statement of Requirements completed within the last three years. ----- Tenderers should provide details of the key persons employed within their organisation who could be responsible for the delivery of requirements within this project. ----- Tenderers should confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance and Health and Safety Management is located within condition 3.2 of the document entitled ITT - Catering & Hospitality Consultancy located within the Public Contracts Scotland - Tender platform. ----- Full details of minimum requirements and assessment criteria in regards to Technical and professional ability is located within condition 3.2 of the document entitled ITT - Catering & Hospitality Consultancy located within the Public Contracts Scotland - Tender platform."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-02-18T00:00:00Z"
}
},
"classification": {
"id": "79411100",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false
},
"language": "EN",
"description": "The Council will not provide additional notification to any Tenderer of the rejection of a late Tender Submission. If the Council receives any hard copy documents which are not connected to the receipt of a valid, on time, Tender Submission then the hard copy documents will be returned. For the avoidance of any doubt, automated messages confirming receipt of a Tender Submission should not be taken to imply acceptance of it by the Council. ----- Tenderers must complete the ESPD within the Qualification Envelope of the E-Tender System as part of their Tender Submission. ----- Tenderers may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. This will be addressed within Part 3 of the ESPD contained within the Qualification Envelope. (SC Ref:560538)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555852"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555852"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-18-182",
"suppliers": [
{
"id": "org-210",
"name": "Business & Tourism Solutions Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-18-182",
"awardID": "RC-CPU-18-182",
"status": "active",
"value": {
"amount": 24250,
"currency": "GBP"
},
"dateSigned": "2018-10-05T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "345",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "346",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "347",
"measure": "foreignBidsFromEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "348",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "349",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}