Cambridgeshire and Hertfordshire Constabularies Catering Services
This includes Staff Canteens Vending, Hospitality and Operational / Emergency Feeding Services.
UK-Kempston: canteen and catering services
2012/S 83-136476
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Cambridgeshire and Hertfordshire Constabularies
C/O Bedfordshire Police Procurement, Bedfordshire Police Headquarters, Woburn Road
For the attention of: Mr Jim Bates
MK43 9AX Kempston
UNITED KINGDOM
Telephone: +44 1234842363
E-mail: jim.bates@bedfordshire.pnn.police.uk
Further information can be obtained from: Bedfordshire Police Procurement via Bluelight
Suppliers wishing to express an interest in this tender opportunity, should go to www.bluelight.gov.uk/opportunities, log in and enter the following reference number QTLE-8TPF9X in the search criteria, select and register interest. The Pre-Qualification Questionnaire (PQQ) will then be available to download. Suppliers not already registered on the Bluelight ProContract eTendering system, will need to go to www.bluelight.gov.uk and click on the “Register Company” link on the left hand side. Once the registration has been processed they then need to return to the tender opportunity, and register an expression of interest
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bedfordshire Police Procurement via Bluelight
Pre Qualification Questionnaire and any additional documents will be available as attachments on the Invitation to Tender reference QTLE-8TPF9X on www.bluelight.gov.uk
Tenders or requests to participate must be sent to: Bedfordshire Police Procurement via Bluelight
Suppliers wishing to express an interest in this tender opportunity, should go to www.bluelight.gov.uk/opportunities, log in and enter the following reference number QTLE-8TPF9X in the search criteria, select and register interest. The Pre-Qualification Questionnaire (PQQ) will then be available to download. Suppliers not already registered on the Bluelight ProContract eTendering system, will need to go to www.bluelight.gov.uk and click on the “Register Company” link on the left hand side. Once the registration has been processed they then need to return to the tender opportunity, and register an expression of interest
Section II: Object of the contract
Service category No 17: Hotel and restaurant services
Main site or location of works, place of delivery or of performance: Locations within Cambridgeshire and Hertfordshire Constabularies.
NUTS code UKH
The service will be based on a fixed subsidy, no more than 30 000 GBP per annum for Cambridgeshire Constabulary and no more than 20 000 GBP per annum for Hertfordshire Constabulary, including all out of hours labour costs in the form of overtime charges, but will not include delivery charges and additional foodstuffs requested outside the remit of the specification.
55500000, 55520000, 55523000
Estimated value excluding VAT:
Range: between 250 000 and 1 500 000 GBP
Description of these options: There will be an option to extend for one period of a year.
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Please see Pre Qualification Questionnaire.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please see Pre Qualification Questionnaire.
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
Please see Pre Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Please see Pre Qualification Questionnaire.
Section VI: Complementary information
VI.5)Date of dispatch of this notice:25.4.2012