UK-Hull: Retail trade services.

UK-Hull: Retail trade services.
Section I: Contracting Authority
I.1) Name and addresses
Hull University Teaching Hospitals
Alderson House, Anlaby Road, Hull Royal Infirmary, Hull, HU3 2JZ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hey.nhs.uk/
NUTS Code: UKE11
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Hull:-Retail-trade-services./6A2SWQ6US9
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Hull University Teaching Hospitals ~ Retails Food Service Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
55900000 - Retail trade services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is a Retail Food Services Tender for Hull University Teaching Hospitals.

Hull Royal Infirmary (HRI)
There are 6720 Trust staff plus contractors based or working at the Hull hospital on any given day although this can flex during the week and new post-Covid WFH activity will impact this also. In addition to the main hospital tower building housing acute, major trauma and cancer services, there is a women & children’s hospital and eye hospital on the HRI campus.

Castle Hill Hospital (CHH)
There are 3280 Trust staff plus contractors based or working at the Castle Hill hospital on any given day although this can flex during the week and new post-Covid WFH activity will impact this also. The hospital mainly provides outpatient services with a relatively new outpatients department at the Queen’s Centre plus a cardiac unit also on the CHH campus.
II.1.5) Estimated total value:
Value excluding VAT: 40,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
15000000 - Food, beverages, tobacco and related products.
55000000 - Hotel, restaurant and retail trade services.

II.2.3) Place of performance:
UKE11 Kingston upon Hull, City of

II.2.4) Description of procurement: The scope of the contract is to provide high quality catering and retail services in the designated locations at both HRI and CHH locations.

HUTH wishes to significantly upgrade the catering and retail offers to create a welcoming environment and to provide a wider choice of food and beverage for patients, visitors and staff.

The Trust also requires the new services to reflect the recommendations in the “Caring for Staff and Visitors” section of the “Independent Review of NHS Hospital Food ”, published in October 2020. Additionally the Trust requests that services to meet BMA Fatigue and Facilities Charter for junior doctors are considered, i.e. that a hot food offer is available 24 hours, 365 days per year.

With this in mind the Trust is seeking to appoint a contractor to design, build and operate new facilities in the new front entrance at HRI (and refurbish other locations at both hospitals if it wishes) to deliver high quality services which complement the aspiration to enhance the staff and visitor experience.
This is an excellent commercial opportunity as the hospitals are located some distance from alternative food & beverage and retail services and there is very little in the way of local competition
.
The summary minimum requirements at HRI are:

•New front entrance building incorporating 3 planned units offering food & beverages and retail items (opening December 2021)
•Fountains Café, Eye Hospital providing a range of snack meals, sandwiches, rolls, tea, coffee and takeaway items
•The Orchard, Women & Children’s Hospital providing a range of snack meals, sandwiches, rolls, tea, coffee and takeaway items
•Kingston, main restaurant (will be a new facility) providing a choice of hot main meals, snack meals, sandwiches, rolls, tea, coffee and takeaway items
•A provision for hot food to be available for staff 24 hours per day 7 days per week
•Expectation that operators will achieve a minimum score per outlet of 4 for EHO Food Hygiene ratings

The minimum summary requirements at CHH are:

•Options Café, Queen’s Centre providing a range of snack meals, sandwiches, rolls, tea, coffee and takeaway items along with limited retail shop items
•Courtyard Café, Cardiac Building providing a range of snack meals, sandwiches, rolls, tea, coffee and takeaway items
•Wilbers Café providing a range of snack meals, sandwiches, rolls, tea, coffee and takeaway items
•Main entrance shop providing a range of retail items including takeaway sandwiches, rolls etc.
•Nightingales, main restaurant providing a choice of hot main meals, snack meals, sandwiches, rolls, tea, coffee and takeaway items
•A provision for hot food to be available for staff 24 hours per day 7 days per week

The Trust is open to the above solutions being configured differently to the current layout, within the available space.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 40,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 24/09/2021 / End: 23/09/2031
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://litmustms.co.uk/respond/6A2SWQ6US9


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/07/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 16/07/2021
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: t will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Hull:-Retail-trade-services./6A2SWQ6US9

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/6A2SWQ6US9
VI.4) Procedures for review
VI.4.1) Review body:
Hull University Teaching Hospitals
Alderson House, Anlaby Road, Hull Royal Infirmary, Hull, HU3 2JZ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/05/2021

Annex A