Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Corporate Officer of the House of Commons
14 Tothill Street
Contact point(s): https://in-tendhost.co.uk/parliamentuk/aspx/Home
For the attention of: Business Support Team
SW1H 9NB London
UNITED KINGDOM
Telephone: +44 2072191600
E-mail:
Fax: +44 2072191600
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityOther: Parliament UK
I.3)Main activity
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:FWK1074 - Catering Service Agency Staff Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
Duration of the framework agreement
Duration in months: 39
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 300 000 GBP
II.1.5)Short description of the contract or purchase(s)The Corporate Officer of the House of Commons (the Authority), require a contractor(s) to provide Agency Staff for the House of Commons Catering Services Department (CS).
The framework will be split into 2 lots covering the following areas.
Lot 1: Front of House Staff.
Lot 2: Back of House Staff.
The Authority intends to appoint a maximum of 5 contractors per lot for this agreement.
The approximate annual spend is estimated to be between GBP 350,000 and GBP 400,000. This spend is expected to decrease over the course of the contract due to a shift in working practices with regards to Agency Staff.
The framework agreement will be for the period between contract award and 8.7.2017. This is expected to be approximately three years and 3 months.
The Authority shall appoint agencies who can demonstrate that they have the ability to supply the services identified in the requirement, in the most economically advantageous way.
You are invited to express interest in this tender and when the tender documents are available you will be notified.
The Invitation to Tender documents are expected to be published by February 2014 and the contract awarded in April/May 2014. Please note these dates may change.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 1 300 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 39 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: As stated in the documentation.
Economic and financial capacity - means of proof required. As stated in the documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The ITT documents will be accessible at the following website http://in-tendhost.co.uk/parliamentuk. To be able to access these documents you will need to select the above quoted tender in the ?current tenders? list, click on the ?view tender details? and express interest by clicking on the button provided. Afterwards, you will need to register your company details, thereafter you will be issued with a username and password. If you have already registered with In-Tend previously, please follow the link shown, this will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and have forgotten your username and password, please click on the forgotten password link on the In-Tend homepage. Please keep this username and password secure, and do not pass it to any third parties. If you are experiencing problems, then please contact the In-Tend helpdesk via email: or call +44 8442728810 for further assistance. Please ensure that you allow yourself plenty of time when responding to this invitation to tender prior to the closing date as in in IV.3.4. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application like WinZip or WinRar.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:FWK1074
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe contract will be considered as a contract made in accordance with the law of England and Wales and subject to the jurisdiction of the courts of England and Wales. The House of Lords and the House of Commons are Public Authorities within the meaning of the Freedom of Information Act 2000 and all correspondence received will be dealt with in accordance with the Act. The Employer does not bind himself to accept the lowest, or any, tender submitted. Short-listed tenderers will be subject to further evaluation which may include tender presentation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresThe Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons
14 Tothill Street
SW1H 9NB London
UNITED KINGDOM
E-mail:
Telephone: +44 2072191600
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:5.2.2014