COMMONWEALTH SECRETARIAT



COMMONWEALTH SECRETARIATMARLBOROUGH HOUSE, PALL MALL, LONDON SW1Y 5HXIN STRICT COMMERCIAL CONFIDENCEInvitation to TenderFor the provision of Catering Services to the Commonwealth SecretariatOctober 2018Reference Number:456-2018Return Date:12:00 Noon on 31st October 2018Contract Award:November 2018Contact Email:procurement@commonwealth.intContents TOC \o "1-2" \u 1.Introduction PAGEREF _Toc526444402 \h 32.Purpose PAGEREF _Toc526444403 \h 33.Instructions to Bidders PAGEREF _Toc526444404 \h 34.Evaluation Process PAGEREF _Toc526444406 \h 65.Tender Timeline PAGEREF _Toc526444411 \h rmation for Bidders PAGEREF _Toc526444412 \h 87.Specification PAGEREF _Toc526444413 \h 10Part 1 – Bidder Details – for Information PAGEREF _Toc526444423 \h 16Part 2 – Selection Questionnaire PAGEREF _Toc526444425 \h 18Part 3a – Lot 1 – Invitation to Tender - Technical Criteria PAGEREF _Toc526444433 \h 23Part 3b – Lot 2 – Invitation to Tender - Technical Criteria PAGEREF _Toc526444434 \h 25Part 4a – Lot 1 – Invitation to Tender - Commercial Criteria PAGEREF _Toc526444435 \h 27Part 4b – Lot 2 – Invitation to Tender - Commercial Criteria PAGEREF _Toc526444436 \h 29Part 5 – Presentation & Tasting Brief PAGEREF _Toc526444437 \h 31Appendix 1 - Standard Terms and Conditions PAGEREF _Toc526444438 \h 32Appendix 2 - Code of Ethics PAGEREF _Toc526444440 \h 33Appendix 3 – Parent / Group Company Statement PAGEREF _Toc526444441 \h 34Appendix 4 – Non-Disclosure Agreement PAGEREF _Toc526444442 \h 35Appendix 5 – Sample Menu Requirements - Lot 1 PAGEREF _Toc526444442 \h 35Appendix 6 – Sample Menu Requirements - Lot 240 Introduction1.1The Commonwealth Secretariat (Secretariat) is an international organisation of the Commonwealth member countries with its HQ on Pall Mall, London. The Secretariat implements decisions agreed by Heads of Government and Ministers through advocacy, consensus–building, information sharing, analysis, technical assistance, capacity-building, and advice on policy development.Purpose2.1The Secretariat wishes to establish a Multi-Provider, Multi-Lot Framework Agreement for the provision of Catering Services to the Secretariat, which will be effective for three years. 2.2See specification in Section 7 for details on the services required.Instructions to Bidders3.1This is a three stage tender process. 3.3Bidders must submit all documents as set out in Part1 – Part 5 no later than the return date. 3.4The tender documents are to be returned by post and email to the Commonwealth Secretariat.Post: ProcurementTender Response (456-2018)Commonwealth SecretariatMarlborough HousePall MallLondon SW1Y 5HXEmail: Procurement@commonwealth.int3.5All queries must be in writing via the email address above. 3.6Prior to commencing formal evaluation, Tender Responses will be checked to ensure they are fully compliant with all the instructions of this tender and clarification sought with regard to minor non-compliances. Non-compliant Tender Responses may be rejected by the Secretariat. Tender Responses which are deemed by the Secretariat to be fully compliant will proceed to evaluation. 3.7The first stage of the evaluation process shall be the evaluation of the Part 2 (Selection Questionnaire). Bidders which pass this stage will then pass to the next stage.3.8Parts 3 and 4 (Invitation to Tender) of the Tender Responses will then be evaluated using the scoring and weighting criteria detailed in section 4 and in Part 3a and Part 3b . The top five Bidders for each Lot, following this evaluation process, will then pass through to the Presentation and Tasting stage.3.9The Presentation and Tasting stage will be used to clarify the Bidder’s submission and will not carry any weightings in its own right. It will be used however, to moderate the Bidder’s ITT technical criteria scoring (either positively or negatively). 3.10Following conclusion of the evaluation of the compliant Tender Responses and approval of the outcome, the Secretariat intends to appoint a number of successful Providers for each Lot to enter into a Framework Agreement. The result will be the creation of corresponding specialist Panels. 3.11It is the Secretariat’s intention to enter into a Framework Agreement with more than one Provider for each Lot, creating two (2) specialist Panels. 3.12The Lots are separated into two (2) specific service areas and are: Lot 1 Provision of General Meetings & Events Catering ServicesLot 2 Provision of High Level Events, Receptions and Special Occasions Catering ServicesBidders may apply for more than one Lot. 3.13If Bidders choose to apply for more than one Lot, they must respond with separate Tender Responses for each Lot and address the Lot-specific criteria for the Lot(s) that they are applying for, as set out in this document.3.14Where Bidders apply for more than one Lot, Bidders must not reference Tender Responses in one particular Lot with answers for another Lot. For example, Bidders must NOT state as their response to Lot 2 criteria responses such as “see answer to Lot 1”. Bidders answering in such a manner may have their submission treated by the Secretariat as a non-response. 3.15The Secretariat reserves the right not to conclude any Framework Agreement(s) as a result of the current procurement process. 3.16Call-Off Contract(s) under Multi-Provider Frameworks - In the event that the Secretariat decides to use this Multi-Provider Framework Agreement to source services it is expected that this will be conducted through a Mini-Competition between all Providers of the relevant Panel. In a Mini-Competition, a Call-Off Contract will be awarded to the highest scoring Provider(s) from the Panel qualified to deliver the particular services required for the specific transaction. The process is explained in 3.17 to 3.19 below.3.17A Mini-Competition will involve inviting Tenders and requesting “sealed bids” from all the Providers on the relevant Panel, requesting, for example:menu options;Method Statements;staffing options;price. 3.18In addition to the requirements set out above, in a Mini-Competition, Providers will be asked to submit information in response to both qualitative and commercial criteria relating to the transaction in question. The Request Form will specify these criteria and how they will be assessed and weighted. This will form the basis for scoring the responses. The highest scoring Provider(s) will be awarded the Call-Off Contract under the Mini-Competition.3.19The Call-Off Contract(s) as a result of a Mini-Competition will be formed by the issue of a Call-Off Contract by the Secretariat to the Provider and acceptance by the Provider of such a Call-Off Contract. The Call-Off Contract will be on such terms as specified in the Framework Agreement, supplemented, as appropriate, by other details which will be specified in the Call-Off Contract. 3.20Direct Award means the award of a Call-Off Contract by application of the terms laid down in the Framework Agreement without re-opening competition.3.21In the event that the Secretariat awards a Call-Off Contract(s) via a Direct Award, the Secretariat will select the Provider(s) with the highest score as determined by the criteria outlined in the table below. If no Call-Off Contract is reached with the selected Provider(s), the Secretariat will pass the opportunity onto the next highest scoring Provider(s). 3.22Direct Awards will be granted based on an assessment as set out in the following table in the event that the Secretariat decides to use this Multi-Provider Framework Agreement to source services:Pass / Fail criteriaAny actual, potential and perceived conflicts of interest and how these will be managedPass/FailIf this question cannot be addressed to the satisfaction of the Secretariat, the Bidder will fail to meet this requirementPolicies & Procedures - Health & Safety, Environmental Management, Hygiene, Employee Vetting, GDPR, Food Hygiene Rating (min 4)Pass/FailIf there have been any notifiable breaches of these requirements; or, no longer meet current applicable legislation(s), regulation(s) or guideline(s), the Bidder will fail to meet this requirement.WeightingEstablished Framework mechanismQualitative criteria60%Scores achieved on qualitative criteria most relevant to the specific transaction in question. For this scoring, the initial response to the ITT will be subject to moderation evidenced by any information subsequently gathered by the Secretariat which indicates a change in circumstances. Examples of such changes could include but are not limited to key personnel changes, Policies & Procedures (Health & Safety, Environmental Management, Hygiene, Employee Vetting, GDPR, Food Hygiene Rating (min 4)), performance, etc. This assessment may also include evidence obtained in any Call-Off Contract(s) that have previously been awarded by the Secretariat to the Provider.60%Scoring 0-100Commercial Criteria40%The pricing quoted in the original Tender for the transaction which is most closely associated to the specific transaction, and the proposed commercial terms around the time of this Direct Award.40%Scored: (lowest price/tendered price) x 40%3.23Directly Awarded Call-Off Contract(s) will be formed by the issue of a Call-Off Contract by the Secretariat to the Provider and acceptance by the Provider of such a Call-Off Contract. Call-Off Contract(s) will be on the terms specified in the Framework Agreement, supplemented as appropriate by other details which will be specified in the Call-Off Contract.Evaluation Process 4.1Bidder Information – Part 14.1.1The scoring methodology that will be applied is as follows:Information only – the information provided will not be scored, but failure to provide it may result in the ITT submission being disqualified from the tender process. 4.2Selection Questionnaire (SQ) – Part 24.2.1The information supplied in the SQ response by each Bidder will be checked for completion and submission compliance with the requirements of the ITT. 4.2.2Failure to provide the required information, make a satisfactory response to any question, or supply documentation requested/ referred to in responses may mean that the response is non-compliant and the Bidder will be disqualified from the tender process.4.2.3The scoring methodology that will be applied is as follows:Information only – the information provided will not be scored, but failure to provide it may result in the ITT submission being disqualified from the tender process. Pass/ fail – responses to the questions that are scored as a "fail" will result in disqualification from the tender process and the remaining sections of the response will not be evaluated further. 4.3Invitation to Tender – Part 3 and 44.3.1The Tender process will be conducted to ensure that Tenders are evaluated fairly to ascertain the most qualified and economically competitive Tenders. The Secretariat will use the evaluation criteria described below to determine if the Bidder successfully qualifies for the Framework Agreement. 4.3.2Tenders will be assessed based on two criteria: technical and commercial. The technical criteria have been designed for the Secretariat to assess the ability of Bidders to meet the Secretariat’s requirements. The commercial criteria have been designed to ensure the most competitive pricing for the Secretariat in the event of a specific transaction. Further information on this process is defined in 4.4 and 4.5 below.4.3.3The information supplied in the ITT response by each Bidder will be checked for completion and submission compliance with the requirements of the ITT. 4.3.4Failure to provide the required information, make a satisfactory response to any question, or supply documentation requested/ referred to in responses may mean that the response is non-compliant and the Bidder will be disqualified from the tender process.4.3.5The scoring methodology that will be applied is as follows:Information only – the information provided will not be scored, but failure to provide it may result in the ITT submission being disqualified from the tender process. Pass/ fail – responses to the questions that are scored as a "fail" will result in disqualification from the tender process and the remaining sections of the response will not be evaluated further. Scored – responses will be awarded a score as described below and at the beginning of each section.4.4Part 3a and Part 3b - Technical Criteria – Scored - 100% 4.4.1For both Lots, the Tenders will be scored against the technical criteria set out in Part 3a and 3b. 4.4.2The following scoring mechansim will be used to score each question in this section:ScoreDescription0Does not meet the specification or has not responded to the question1Poor Fit - Meets some of the specification, but is missing in most areas2Low Fit – Meets most of the specification, but is missing in areas3Fit – Meets the specification as required4Good Fit – Meets all of the specification well and exceeds expectations in some areas5Excellent Fit – Exceeds expectations in most or all areasThe following formula will be applied for each question:Points Scored ÷ Points Available × % weightingThe scores for each of the questions will be added to give a total Technical/Quality Score4.4.3The scores for each of the questions will be added to give a total Technical Score4.4.4Unanswered questions or sections that are left blank shall be awarded a 0. 4.5Part 4a and Part 4b - Commercial Criteria – Pass/Fail 4.5.1For both Lots, within Part 4a and Part 4b, Commercial Criteria, there are mandatory minimum requirements which shall be evaluated in accordance with the Pass/Fail methodology. 4.5.2For both Lots, a commercial assessment will only be conducted on the pricing submitted by successful Bidders. Although the successful Bidders will not be scored on their pricing quotes at this stage, in the event the Secretariat decides to source services through this Framework Agreement via a Direct Award, Bidders who have provided the most competitive quotes are more likely to be selected. Further details on the assessment framework in the event of a Direct Award are set out in paragraph 3.20 to 3.23.4.6Part 5- Presentation & Tasting4.6.1Followng the completion of the evaluation of Part 3 and 4 of the Tender Response, the top 5 scoring Bidders for each Lot will be taken through to this stage.4.6.2The Bidders will be required to present their proposal and provide tasting samples. This will be used to clarify their submission and will not carry any weightings in its own right. It will be used however to moderate the technical criteria evaluation scores (either positively or negatively). 4.6.3Bidders who are invited to the Presentation and Tasting stage will be invited to see the kitchens at Marlborough House. 4.6.4Prior to award, the Secretariat may request a site visit of the Bidder’s premises.Tender Timeline 5.1Please note the following timeline may be subject to change if required. Activity DateITT published 10th Oct 2018Deadline for questions for be asked19th Oct 2018Return ITT to Commonwealth31st Oct 2018 Successful Bidders notified 02nd Nov 2018Bidder presentations – Lot 108th Nov 2018Bidder presentations – Lot 209th Nov 2018Framework Agreement award Nov 2018 (TBD)Information for Bidders Unless indicated otherwise, all prices should be quoted in Pounds Sterling. Prices quoted should exclude VAT but must indicate clearly where VAT is applicable and where items might be zero-rated.The Bidder must ensure that they have all the information required for the preparation of the tender submission and that they are satisfied about the correct interpretation of terminology used in this documentation. The Bidder must also ensure that they are fully conversant with the nature and extent of the obligations should the tender be accepted.Tender Responses are to be valid for a minimum of 120 days from the closing date for the submission of the tenders.The Secretariat reserves the right to cancel the tender at any time during the process. Bidders shall bear all costs in completing a tender submission. Bidders shall not disclose details of the ITT to third parties without prior agreement from an authorised officer of the Commonwealth Scretariat. Bidders are required to submit transparent pricing with no hidden costs or charges.The Secretariat will carry out an evaluation of the Tender Responses using the evaluation methodly described. Upon completion of the evaluation process, the Secretariat will select preferred Bidder(s) which will be taken forward to award. The Secretariat reserves the right to appoint reserve preferred Bidder(s) which the Secretariat would take forward to award if any contract negotiations with the preferred Bidder(s) are unsuccessful. 6.9By taking part in this tender all Bidders commit to the following:Bidders certify that they have not canvassed or solicited any officer or employee of the Secretariat in connection with this tender submission and that no person employed or acting on behalf of the Bidder has done any such act. Bidders will not canvas or solicit any officer or employee of the Secretariat in connection with this tender submission. Bidders confirm that they shall automatically be subject to termination on grounds of misrepresentation and failure of duty to disclose. SpecificationSections A to J apply to Lots 1 and 2 of this Invitation to Tender. Specific requirements for Lot 1 are detailed in Section K. Specific requirements for Lot 2 are in Section L. A.IntroductionThe Secretariat wishes to establish a Multi-Provider, Multi-Lot Framework Agreement for the provision of catering services. The Secretariat is an inter-governmental agency of the Commonwealth member countries with its HQ based across two buildings on Pall Mall. Marlborough House is a Grade I listed Royal Palace with a gross area of 103,000 sq.ft. Commonwealth House is a modern six-storey building opposite, with a gross area of 36,000 sq.ft. The staff numbers are in the region of 250 accommodated across both buildings. In addition, catering services may be required at the Secretary General’s official residence in Mayfair.The Secretariat can hold a combination of events, with varying numbers of covers. The figures in the table below show a combination of events held within the Secretariat. Number of CoversLot 1Morning Refreshments – Lot 130Lunch Hot/cold Buffet (Meal) – Lot 130Lunch Hot/cold Buffet (Light) – Lot 1100Refreshments (Afternoon) – Lot 180Lot 2Morning Refreshments for High Level Event – Lot 2100Lunch Hot/cold Buffet (Meal) for high level Event – Lot 2100Refreshments (Afternoon) for High Level Event (Lot 2)250Canapés, Reception, Finger/Bowl Foods – Lot 2200B.Service StandardsService is required to be available Monday to Friday throughout the year, except statutory holidays. On occasion there may be meetings and events held on weekends or on UK Bank Holidays. In addition to statutory Bank Holidays, Secretariat offices are closed on Maundy Thursday afternoon, and from 12pm on Christmas Eve to New Year’s Day inclusive. It is the policy of The Secretariat to promote Fair Trade? refreshments (tea and coffee). It is the policy of the Secretariat not to use single-use plastic products.Hospitality services will be served to a high professional standard. Hot beverages will typically be served in insulated flasks of an appropriate size; food will be self-service from platters (where applicable). For buffets and meals, appropriate menus or signage will be displayed to inform customers of the content. Vegetarian products and items for special dietary requirements (e.g. religious, health, cultural) will be segregated and signed clearly.Service must be prompt, friendly and efficient, recognising the needs and circumstances of the customer. Conference, meeting and function suites must be served, no later than five minutes before the time agreed with the customer. All rooms must be cleared promptly following meetings – no more than ten minutes after the notified time.It is essential that the Contractor is flexible and responsive to the service needs of The Secretariat, visitors and guests. Changes may be required at relatively short notice, with notice periods to be agreed prior to award of agreement.C Catering Services and SupplyThe Contractor shall:ensure all food provided meets all current UK laws governing the sale and consumption of food, as covered by the General Food Law (or as updated) on the Food Standards Agency website assurance that current food law legislation has been complied with by, for example, supplying products that are certified as meeting EN 45011 or equivalent;ensure all staff who work under this agreement agree to and sign a Confidentiality Agreement, to ensure protection of the Secretariat’s work, staff, guests and visitors;ensure all staff who work under this agreement do not access social media platforms whilst on the Secretariat’s premises nor reference, in anyway, the services undertaken via this agreement;ensure all staff who work under this agreement do not take any photographs whilst on the Secretariat’s premises.D. General Guidance for Selecting Catering OptionsThe Contractor shall ensure:All menus (where relevant) should include a salad option and a vegetarian/vegan main course option.The Secretariat does not serve pork, beef nor food cooked or served in alcohol.The Secretariat serves halal meat.The Secretariat avoid meats which are associated with animal welfare issues, such as veal and foie gras.The Secretariat avoids serving offal and game.Menus should be balanced and varied and reflect the taste buds of the Commonwealth as much as possible.The Contractor should take into account local dishes and specialities when selecting a menu.Where possible, main courses should be hot dishes.Resources for non-alcoholic drinks should be allocated, where applicable.The Contractor should ensure that there are dietary option intolerance options are catered for.E.Hygiene and Food SafetyFood must be presented and served at an appropriate temperature for safety and eating quality. These temperatures must be set by the Contractor for its staff and monitored at appropriate times. Presentation and service must enhance the attractiveness of dishes. Customers must be made aware of the contents of dishes, particularly where ingredients might give rise to allergic reactions (such as nuts).The Contractor shall:comply with all current legislation and regulations, as updated at times, including but, not limited to: Food Safety Act 1990;Food Premises (Registration) Regulations 1991; Food Safety (General Food Hygiene) Regulations 1995;Food Safety (Temperature Control) Regulations 1995; and, Food Standards Agency codes of conduct and guidance;use due diligence in the procurement, storage, preparation and usage of all food materials;develop and implement appropriate operational policies, procedures and practices to ensure food safety and hygiene standards are maintained at all times that comply with a” Safe Catering” programme based on Hazard Analysis and Critical Control Points (H.A.C.C.P). The Contractor shall provide assurance in the form of documentary evidence that this has been done;require any supplier, manufacturer, wholesaler, distributor or other party involved in the Contractor’s supply chain for this Contract to comply with all appropriate Food Safety and Labelling legislation, and any other subsequent amendments or changes made during the term of this contract. Details are available in the General Food Law Guide on the Food Standards Agency website;establish and maintain procedures for the safe operation of temperature controlled vehicles. Vehicle design must allow them to be adequately cleaned and disinfected. Vehicles must be kept clean and in good order to prevent contamination. Vehicles used must be reserved for food only and marked as such, when there is a risk of contamination. Vehicles must not be used to transport anything other than food where this may result in contamination. Where necessary different products should be separated effectively to protect against the risk of contamination Foodstuffs in conveyances or containers must be placed so as to minimise the risk of contamination;maintain systems for ensuring food is handled, stored, prepared and cooked appropriately and provide daily evidence of food temperature control at the key points of delivery including time and temperature of cooking, processing and storage. Contractor’s records shall be available for inspection;ensure that all fridges and freezers are checked for correct operation a minimum of twice a day during the working week and temperatures recorded.any problems with fridge or freezer temperatures used in association with this agreement, shall be reported immediately to the Secretariat;clearly label all foods containing nuts and other potentially harmful ingredients both on the menu and on any service platters, counters or other places where food is served;maintain an effective menu planning and food usage control system, to minimise the amount of waste generated and all waste must be recorded.The premises are subject to inspections by the local authority Environmental Health officer. The Secretariat or their nominated personnel may carry out additional inspections. These will not normally be announced in advance.Any matters that arise relating to hygiene must be referred immediately to theSecretariat’s Contract Manager who will be responsible for resolving the problems in conjunction with the Contractor.The Contractor must comply with any directions given by The Secretariat in relation to fire safety and emergency evacuation of the premise.F.AdministrationThe Contractor shall be responsible for invoicing the Secretariat, in accordance with the Terms and Conditions of this agreement and in line with the applicable Call-Off Contracts. The invoice(s) shall be forwarded to the Contract Manager for approval.G.FeedbackThe Contractor shall encourage and shall deal promptly, reasonably, efficiently and courteously with comments and criticisms arising from the operation of the services. Feedback shall be managed via the Secretariat’s Contract Manager. A record is to be kept of all comments and the resulting actions. The Contractor shall notify The Secretariat of any serious complaints as soon as it is reasonably practicable.H.Use of The Secretariat’s Catering AreaThe Secretariat will provide a finishing kitchen (preparation kitchen) at Marlborough House and at the official residence of the Secretary-General.The Contractor shall cook/prepare all foods away from the Secretariat and official residence premises and use the preparation kitchen only for its intended purpose of re-heating/finishing.The Contractor shall leave the Secretariat’s and the official residence premises’ kitchen space clean and tidy to comply with all relevant UK Food Safety and Hygiene legislation (as per Section D). The Contractor shall clear all waste and refuse created by its services leaving used refuse bags in the bin area next to the chapel outside Marlborough House, complying with any new waste management service (e.g. food composting) or location that the Secretariat decides to implement in compliance with its environmental policy.The Contractor shall clear the catering area to allow The Secretariat’s contract cleaners daily access at agreed times and the Secretariat’s landlords or contractors to carry out deep cleaning. The Contractor shall provide all utensils, cutlery, crockery, serving dishes etc. necessary for the function.When requested, the Contractor shall provide all service, linen, table decorations, or other materials requested.I.Auditing and Performance MonitoringThe Contractor shall maintain appropriate records and provide the Secretariat with the agreed information and data, when requested, to monitor performance. In the event of an unsatisfactory level of quality being sustained, the Contractor will be notified of the defaults and the time by which they must be rectified. If performance remains unsatisfactory, the agreement may be terminated as set out in the Secretariat’s Terms and Conditions for the agreement.The Secretariat retains the right to enter the catering area at any time for the purpose of inspection.JContract ManagementThe Secretariat will actively manage the contract by:appointing a Contract Manager who will be responsible for all aspects of the agreement and will be the point of communication between the Secretariat and the Contractor. The Contractor will be informed in writing of any change in responsibilities.the Contractor is required to appoint and inform the Contract Manager of the person who is to be their manager, who will be their point of communication and be authorised to speak on their behalf. The Contract Manager must be informed in writing of any changes in the Contractor’s responsibilities.KLot 1 Specific: Provision of General Meetings and Events Catering ServicesExpected services to be provided, exact requirements (numbers, menu, etc.) would be confirmed in any issued Call-Off Contract:Pre-ordered refreshments for planned meetings providing teas, coffees, pastries etc.;Pre-ordered working lunches providing a range from sandwiches to hot and cold buffets to plated lunchesLarge scale events and meetings providing breakfast, lunches, evening receptions or refreshments over a number of days to senior ranking members of the diplomatic communityAd-hoc requests from Secretary General’s office for tea or coffee for small meetings with current and former Heads of State and Government to senior ranking members of the diplomatic community;Ad-hoc occasions for catering to be held at the Secretary General’s official residence in MayfairStaffing: Contractor to adequately cover the staffing requirement for each event. Final numbers to be agreed within the Call-Off Contract.Buffet: Self-servingAttire: Must be smartly dressed (shirt & trousers for men, and blouse and skirts/trousers for womenLLot 2 Specific: Provision of High Level Events, Receptions and Special Occasions Catering ServicesExpected services to be provided, exact requirements (covers, dates and times, menu, staffing requirements, etc.) would be confirmed in any issued Call-Off Contract:Buffet lunches for conferences, meetings or special occasions. A costed menu with a range of buffet options, designed for various function types must be made available.Fine dining for formal lunches and dinners. These dinners may include current and former Heads of State and Government to senior ranking members of the diplomatic community and the royal family;Receptions – canapés / finger foods / bowl food for Commonwealth celebrations to senior ranking members of the diplomatic community, governments and members of the royal family; Large scale high level events and receptions and special occasions providing breakfast, lunches, evening receptions or refreshments over a number of days to senior ranking members of the diplomatic community, governments and members of the royal familyStaffing: Contractor to adequately cover the staffing requirement for each event. Final numbers to be agreed within the Call-Off Contract.Meal Service: Served buffet, canapé tray service, special bars, possible silver service.Attire: Must be smartly dressed (shirt, tie & trousers for men, and blouse and skirts/trousers for women. All hair must be tied back from face, when applicable.Receptions:When selecting canapés, aim to have eight for a two-hour reception. Two sweet and six savoury options will work well.Aim for two bowls per person.Tender Submission Documents (456-2018)Note - Bidders must complete and return all tender submission documents below:Part 1 – Bidder Details Part 2 – Selection Questionnaire (with Ethics Form attached) Part 3a – Invitation to Tender - Technical Criteria Lot 1Part 3b – Invitation to Tender - Technical Criteria Lot 2Part 4a – Invitation to Tender – Commercial Criteria Lot 1Part 4b - Invitation to Tender – Commercial Criteria Lot 2Part 5 – Invitation to Tender – Presentation and Tasting Brief Part 1 – Bidder Details – for InformationPlease indicate Lot Number: ___________Please provide details relating to your registered offices, legal status and date of incorporation. Company NameCompany Number?Company Address Date of incorporationPost CodeContact NameJob TitleTelephoneEmailIn the event of utilising a third party, on your behalf for any part of the services, please provide the full details of the secondary supplier:Company NameDuration of working relationship,Company Address Reason for usePost CodePlease provide audited annual turnover for the past three years:Previous yearYear 2Year 3Annual Turnover???Please provide the contact details of two reference clients. The referees will not be contacted until the final stage of the tender process. Please provide references from similar international organisations or public sector bodies if possible.Reference 1Reference 2Company Name Company Address Post CodeTelephoneEmailPart 2 – Selection QuestionnaireSuitability Assessment Questions – Pass/FailPlease indicate Lot Number: ___________Grounds for Exclusion You will be excluded from the tender process if there is evidence of convictions relating to specific criminal offences including, but not limited to, bribery, corruption, conspiracy, terrorism, fraud and money laundering, or if you have been the subject of a binding legal decision which found a breach of legal obligations to pay tax or social security obligations.Within the past five years, has your organisation (or any member of your proposed consortium, if applicable), Directors or Partner or any other person who has powers of representation, decision or control been convicted of any of the following offences?Please Mark ‘X’ In The Relevant BoxYesNoConspiracy as defined by the legislative or judicial bodies in your jurisdiction.Corruption as defined by the legislative or judicial bodies in your jurisdiction.Bribery as defined by the legislative or judicial bodies in your jurisdiction.The offence of cheating the Revenue as defined by the legislative or judicial bodies in your jurisdiction.The offence of conspiracy to defraud as defined by the legislative or judicial bodies in your jurisdiction.Fraud as defined by the legislative or judicial bodies in your jurisdiction.Theft as defined by the legislative or judicial bodies in your jurisdiction.Fraudulent trading as defined by the legislative or judicial bodies in your jurisdiction.Fraudulent evasion as defined by the legislative or judicial bodies in your jurisdiction.Destroying, defacing or concealing of documents or procuring the execution of a valuable security as defined by the legislative or judicial bodies in your jurisdiction.The possession of articles for use in frauds as defined by the legislative or judicial bodies in your jurisdiction.Any offence considered to be Counter Terrorism as defined by the legislative or judicial bodies in your jurisdiction.Money laundering as defined by the legislative or judicial bodies in your jurisdiction.Any Sexual Offences as defined by the legislative or judicial bodies in your jurisdiction.Drug trafficking as defined by the legislative or judicial bodies in your jurisdiction.Within the past three years, please indicate if any of the following situations have applied, or currently apply, to your organisation.Please Mark ‘X’ In The Relevant BoxYesNoyour organisation is bankrupt or is the subject of insolvency or winding-up proceedings, where your assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State;your organisation is guilty of grave professional misconduct, which renders its integrity questionable;your organisation has entered into agreements with other economic operators aimed at distorting competition;the prior involvement of your organisation in the preparation of the procurement procedure has resulted in a distortion of competition;your organisation has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions.Financial Standing Bidders must achieve a minimum Equifax Credit Score. Should a Bidder fail to meet this minimum standard, the Secretairat is entitled to Fail the Bidder but, may decide at it’s discretion, having considered all the relevant circumstances, to allow the Bidder to proceed.Employment and Human RightsFor organisations working outside of the UK please refer to equivalent legislation in the country that you are located. Please delete ‘Yes’ / ‘No’ as applicable.(a)In the last three years, has any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK)?Yes/No(b)In the last three years, has your organisation had a complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds or alleged unlawful discrimination? If you have answered “yes” to one or both of the questions, please provide, as a separate Appendix, a summary of the nature of the investigation and an explanation of the outcome of the investigation to date.If the investigation upheld the complaint against your organisation, please use the Appendix to explain what action (if any) you have taken to prevent unlawful discrimination from reoccurring. You may be excluded if you are unable to demonstrate to The Commonwealth’s satisfaction that appropriate remedial action has been taken to prevent similar unlawful discrimination reoccurring.Yes/No(c)If you use sub-contractors, do you have processes in place to check whether any of the above circumstances apply to these other organisations?Yes/No/NAEnvironmental LegislationFor organisations working outside of the UK please refer to equivalent legislation in the country that you are located. Please delete ‘Yes’ / ‘No’ as applicable.(a)Has your organisation been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority)? If your answer to this question is “Yes”, please provide details in a separate Appendix of the conviction or notice and details of any remedial action or changes you have made as a result of conviction or notices served. The Secretariat will not select Bidders that have been prosecuted or served notice under environmental legislation in the last 3 years, unless The Commonwealth is satisfied that appropriate remedial action has been taken to prevent future occurrences/breaches.Yes/No (b)If you use sub-contractors, do you have processes in place to check whether any of these organisations have been convicted or had a notice served upon them for infringement of environmental legislation?Yes/No/NA Health and Safety legislationFor organisations working outside of the UK please refer to equivalent legislation in the country that you are located. Please delete ‘Yes’ / ‘No’ as applicable.(a)Please self-certify that your organisation has a health and safety policy that complies with current legislative requirements. Please provide a copy.Yes/No(b)Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years? If your answer to this question was “Yes”, please provide details in a separate Appendix of any enforcement/remedial orders served and give details of any remedial action or changes to procedures you have made as a result. The Secretariat will exclude Bidder(s) that have been in receipt of enforcement/remedial action orders unless the Bidder(s) can demonstrate to The Commonwealth’s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches. Yes/No (c)If you use sub-contractors, do you have processes in place to check whether any of the above circumstances apply to these other organisations?Yes/No/NACode of EthicsPlease delete ‘Yes’ / ‘No’ as applicable.(a)Please confirm that your organisation agrees to and has signed, dated and attached the Code of Ethics (Appendix 2) Yes/No Parent or Group Company Declaration – Pass/ FailWhere a Bidder intends to rely upon the turnover or technical ability of a parent or other group company as part of its PQQ submission: The Secretariat reserves the right to request parent or group company performance/ financial guarantees from the Bidder (if successful), before entering into a Contract;Parent/ Group Company Declaration Yes/ No/ N/APlease confirm that a statement in the form set out at Appendix 3 from any parent/ group company stating that it is prepared to support the Bidder, including the provision of performance/ financial guarantees in such form as may be required by The Secretariat, is included with the PQQ response. PoliciesPoliciesYes/ No/ N/ADo you have an environmental management policy?Do you have a food safety policy and procedure(s) in place?Please confirm you have hygiene procedures in place and your Food Hygiene rating (must be four or higher).Have you incurred any RIDDOR reportable events? If yes, please provide details of RIDDOR reportable events, which should include accident rates and frequency for at least the last five years.Please confirm you have a GDPR policy in place. Please confirm you have employee vetting policies and procedures in place.Please confirm your adherence to the Fair Trade policy.Non-Disclosure AgreementPlease delete ‘Yes’ / ‘No’ as applicable.(a)Please confirm that your organisation agrees to and has signed, dated and attached the Non-Disclosure Agreement (Appendix 4) Yes/No Part 3a – Lot 1 – Invitation to Tender - Technical CriteriaTechnical Questions - ScoredPlease answer all questions in the spaces provided. The questions below are worth 100% of the total score. The indiviudal question weightings are set out in the weighting column.Question No. QuestionWeighting1Experience20%aPlease provide details of the number of clients you currently serve and details of two agreements which are of a similar nature to the Secretariat’s requirements (including duration, services provided, etc.).20%Insert answer here2Policies and procedures20%aPlease provide the following policies and/or procedures:Health and safetyEnvironmental managementFood safety Hygiene Employee vettingGDPR Please highlight any other relevant policies or procedures in support of your submission.15%Insert answer herebMethod Statements – please forward sample applicable Method Statements.5%Insert answer here3Meeting specification25%Please confirm how you shall meet the requirements of the specification and confirm compliance to the specific requirements, for instance legislation and regulations, single use plastics, Fair Trade?, dietary intolerance and allergens, staff confidentiality, etc. 25%Insert answer here4Notice10%Please confirm your requirement’s re the following notification periods:Change of date and time of event Change of numbers attending an event Cancellation of an event 10%Insert answer here5Menus25%The Secretariat is seeking a provider of complaint and innovative catering services. Please, provide sample menus in line with the proposed event requirements detailed in Appendix 5. In addition, please provide details of the number of staff you would allocate for each event.25%Insert answer herePart 3b – Lot 2 – Invitation to Tender - Technical CriteriaTechnical Questions - ScoredPlease answer all questions in the spaces provided. The questions below are worth 100% of the total score. The indiviudal question weightings are set out in the weighting column.Question No. QuestionWeighting1Experience20%aPlease provide details of the number of clients you currently serve and details of two agreements which are of a similar nature to the Secretariat’s requirements (including duration, services provided, etc.).20%Insert answer here2Policies and procedures20%aPlease provide the following policies and/or procedures:Health and safetyEnvironmental managementFood safety Hygiene Employee vettingGDPR Please highlight any other relevant policies or procedures in support of your submission.15%Insert answer herebMethod Statements – please forward sample applicable Method Statements.5%Insert answer here3Meeting specification25%Please confirm how you shall meet the requirements of the specification and confirm compliance to the specific requirements, for instance legislation and regulations, single use plastics, Fair Trade?, dietary intolerance and allergens, staff confidentiality, etc. 25%Insert answer here4Notice10%Please confirm your requirement’s re the following notification periods:Change of date and time of event Change of numbers attending an event Cancellation of an event 10%Insert answer here5Menus25%The Secretariat is seeking a provider of complaint and innovative catering services. Please, provide sample menus in line with the proposed event requirements detailed in Appendix 5. In addition, please provide details of the number of staff you would allocate for each event.25%Insert answer herePart 4a – Lot 1 – Invitation to Tender - Commercial CriteriaTerms and ConditionsPlease delete ‘Yes’ / ‘No’ as applicable.(a)Please confirm that your organisation agrees to the Commonwealth Secretariat’s standard terms and conditions (Appendix 1). If not, please state reasons:Yes/No PricingTransparent pricing must be submitted with no hidden costs. Pricing and cost must be broken down to the different elements of the service and must include all expenses. For the sample menu options provided with in your response to Part 3a, Question 5, please provide full breakdown of costings. Bidders should be absolutely unambiguous about whether charges are per person or per menu option. Make reasonable assumptions for any information that is not provided but state clearly what those assumptions are.Event Sub-TotalTotal Cost (excluding VAT)Event 1Menu Option 1:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 2:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 3:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Event 2Menu Option 1:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 2:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 3:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Event 3Menu Option 1:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 2:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 3:FoodDrinkServiceMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Part 4b – Lot 2 – Invitation to Tender - Commercial CriteriaTerms and ConditionsPlease delete ‘Yes’ / ‘No’ as applicable.(a)Please confirm that your organisation agrees to the Commonwealth Secretariat’s standard terms and conditions (Appendix 1). If not, please state reasons:Yes/No PricingTransparent pricing must be submitted with no hidden costs. Pricing and cost must be broken down to the different elements of the service and must include all expenses. For the sample menu options provided with in your response to Part 3b, Question 5, please provide full breakdown of costings. Bidders should be absolutely unambiguous about whether charges are per person or per menu option. Make reasonable assumptions for any information that is not provided but state clearly what those assumptions are.Event Sub-Total (excluding VAT)Total Cost (excluding VAT)Event 1Menu Option 1:FoodDrinkServiceCloakroomMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 2:FoodDrinkServiceCloakroomMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 3:FoodDrinkServiceCloakroomMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Event 2Menu Option 1:FoodDrinkServiceCloakroomMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 2:FoodDrinkServiceCloakroomMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Menu Option 3:FoodDrinkServiceCloakroomMaterials (crockey, cutley,etc)Any other cost? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost)? (fixed cost) Part 5 - Presentation and Tasting BriefPlease indicate Lot Number: ___________Following the evaluation of the Suitability Questions, Technical Questionnaire and Pricing, the top three scoring Bidders will be invited to give a presentation to the evaluation panel. This may be delivered in person or via online conferencing. Presentation BriefThe presentation will last a total of one hour, maximum, compromising 30 minutes for the presentation and 30 minutes for questions and answers. There should be a limit of no more than four attendees from the Bidder.The attendees from the Secretariat will confirmed prior to the Presentation.The presentation must include, but does not need to be limited to, the following elements:An overview of previous experienceHow services will be supplied to the SecretariatInnovation and complianceAny other questions the Secretariat may raise prior to the Presentation.For the sample tasting, shortlisted Bidders will be expected to provide two servings of up to five dishes selected at random off their sample menus at their own cost. Details will be communicated nearer the time.The presentations will be conducted at the Secretariat’s offices at Marlborough House, Pall Mall, London. Presentations for Lot 1 shall be held on 8 November 2018.Presentations for Lot 2 shall be held on 9 November 2018.Please confirm your ability/willingness to give a presentation based on the brief above at your own expense on the date specified above. Yes/No Appendix 1 - Standard Terms and ConditionsAppendix 2 - Code of EthicsAppendix 3 – Parent / Group Company StatementTo be completed by any Bidder that intends to rely upon the financial standing or technical ability of a parent or other group company as part of its PQQ submission."We confirm that the Bidder has relied upon the financial information of [INSERT NAME OF PARENT/ GROUP COMPANY] in completing the information in Form C "Financial Information" of the PQQ.We confirm that if the Bidder is successful and is awarded a Contract by the Commonwealth Secretariat, [INSERT NAME OF PARENT/ GROUP COMPANY] will, upon demand, provide a performance and financial guarantee in respect of the contract between the Commonwealth Secretariat and the Bidder in such form as may be required by the Commonwealth Secretariat." Signed for and on behalf of the Parent/ Group company:Signed:Name:Telephone No:Email address:Position/Status in the Organisation:Organisation's name:Organisation's address:Date:Appendix 4 – Non-Disclosure AgreementNon-Disclosure AgreementDATE: []PARTIES:(1) The Commonwealth Secretariat, an international organisation based at Marlborough House, Pall Mall, London SW1y 5HX (the “Secretariat”); and(2) [NAME], [Limited] (whose registered offices are: ADDRESS) registration number [001] (the “Recipient”).AGREEMENT:1.DefinitionsIn this Agreement:“Agreement” means this non-disclosure agreement and any amendments to it from time to time;“Terms and conditions for goods and services” means the Commonwealth Secretariats standard terms and conditions of contract for all goods and services which forms a part of the contract the Recipient;“Confidential Information” means:(a) any information disclosed by the Secretariat to the Recipient before the end of the Term (whether disclosed in writing, orally or otherwise) that at the time of disclosure: (i) was marked as “confidential”; or (ii) should have been reasonably understood by the Recipient to be confidential; and(b) [specify other confidential information here]; and“Term” means the term of this Agreement.2.TermThis Agreement will come into force on the date of its execution and will continue in force indefinitely, unless and until terminated in accordance with Clause [4].3.Confidentiality obligations3.1The Recipient agrees and undertakes:(a)that it will keep all Confidential Information strictly confidential and will not disclose any part of it to any other person without the Secretariats prior written consent;(b)that it will use the same degree of care to protect the Confidential Information as it uses to protect its own confidential information of a similar nature, being at least a reasonable degree of care; and(c)that it will act in good faith at all times in relation to the Confidential Information.3.2Notwithstanding Clause [3.1(a)], the Recipient may disclose the Confidential Information to its officers and employees who are bound by a written agreement to protect the confidentiality of the Confidential Information.3.3This Clause [3] imposes no obligations upon the Recipient with respect to Confidential Information which:(a)is known to the Recipient before disclosure by the Secretariat, and is not subject to any obligation of confidentiality; or(b)is or becomes publicly known through no act or default on the part of the Recipient.4.Termination4.1Either party may terminate this Agreement forthwith at any time by giving written notice of termination to the other party.4.2Upon and following termination of this Agreement:(a)Clause [5.3] shall continue to apply; and(b)the provisions of Clause [3] shall continue to apply in relation to Confidential Information disclosed before the end of the Term.4.3Termination of this Agreement will not affect either party's accrued rights as at the date of termination.4.4Subject to Clauses [4.2] and [4.3], upon termination, all the provisions of this Agreement will cease to have effect.5.General5.1If a Clause of this Agreement is determined to be unlawful and/or unenforceable, the other Clauses of this Agreement will continue in effect.5.2This Agreement may not be varied except by a written document signed by or on behalf of each of the parties.5.3Neither party may without the prior written consent of the other party assign, transfer, charge, license or otherwise dispose of or deal in this Agreement or any rights or obligations under this Agreement.5.4This Agreement is made for the benefit of the parties, and is not intended to benefit any third party or be enforceable by any third party. The rights of the parties to terminate, rescind, or agree any amendment, waiver, variation or settlement under or relating to this Agreement are not subject to the consent of any third party.5.5Nothing in this Agreement shall exclude or limit any liability of a party for fraud or fraudulent misrepresentation, or any other liability which may not be excluded or limited under applicable law. Subject to this, this Agreement constitutes the entire agreement between the parties in relation to the subject matter of this Agreement, and supersedes all previous agreements, arrangements and understandings between the parties in respect of that subject matter.5.6This Agreement will be construed in accordance with the laws of England; and the Commonwealth Secretariat Arbitral Tribunal will have exclusive jurisdiction over any claim or matters arising under or in connection with this agreement subject to the provisions on jurisdiction in the Statute of that Tribunal. 6. Terms and conditions for goods and services6.1This Agreement is in support of and does not replace the Commonwealth Secretariats standard terms and conditions for goods and services. The parties have indicated their acceptance of this Agreement by executing it below.EXECUTION:SIGNED by [] duly authorised for and on behalf of the Commonwealth Secretariat ....................Date:SIGNED by [] duly authorised for and on behalf of the Recipient ....................Date:Appendix 5 - Sample Menu Requirements – Lot 1Full Day Event (Lot1)Numbers: 200 pax/300/pax/400/paxDuration of event: Three daysNote: Expected guests include high-level dignitaries and ministersWelcome breakfast (continental)Mid-morning refreshment (with snacks)Buffet lunch Mid-afternoon refreshment (with snacks)Beverages not included in breaks (only tea/coffee)All your general hire chargesAll meat should be Halal, with no pork or beef being servedThe proposed timings for food service is as follows:08:00 hrs – 09:00 hrs?????? Breakfast11:00 hrs – 11:30 hrs?????? Mid-Morning refreshment13:15 hrs – 14:30 hrs?????? Lunch16:00 hrs – 16:30 hrs?????? Mid-Afternoon refreshmentAdhoc Tea/Coffee Service Number of pax: 10Duration of event: two hrsNote: This is an internal meetingTea/CoffeeBiscuitsFresh FruitsStaff Training Number of pax: 30Duration of event: half-dayNote: This is an internal meetingWelcome refreshments (with snacks)Mid-morning refreshment (with snacks)Buffet lunch Appendix 6 - Sample Menu Requirements – Lot 2Commonwealth Day Reception Numbers: 300 Guests Duration of event: 2 ? hrsNote: Expected guests include high-level dignitaries, Heads of Government and members of the royal family.Ten canapés per person Eight savouryTwo sweetInclude bowl food optionsTwo bowls per personNon-alcoholic drinks Non-alcoholic punch or juice cocktailWater All meat should be Halal, with no pork or beef being served?Commonwealth Secretariat to provideAlcoholic drinks to be servedAdditional Service RequiredManned cloakroom serviceSit down formal lunches and dinnersNumbers: 12-20Duration: 3 hoursNote: Note: Expected guests include high-level dignitaries, Heads of Government and members of the diplomatic community.Four canapés per person Formal dinner/lunchNon-alcoholic drinks Non-alcoholic punch or juice cocktailWater All meat should be Halal, with no pork or beef being served?Commonwealth Secretariat to provideAlcoholic drinks to be servedAdditional Service RequiredManned cloakroom service ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download