Catering and Cleaning Contract Conwy
The provision of catering and cleaning services in a new-build 42-unit extra care scheme for the elderly.
United Kingdom-Conwy: Catering services for other enterprises or other institutions
2014/S 145-261014
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
North Wales Housing Association
Plas Blodwel, Broad Street, Llandudno Junction
Contact point(s): Andrew Etherington Associates
For the attention of: Mr Andrew Etherington
LL31 9HL Conwy
UNITED KINGDOM
Telephone: +44 1622832995
E-mail: andrew@andrewetherington.com
Internet address(es):
General address of the contracting authority: http://www.nwha.org.uk
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 authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 17: Hotel and restaurant services
Main site or location of works, place of delivery or of performance: Cae Garnedd, Penrhos Garnedd, Bangor, Gwynedd, LL57 2NH.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
55523000, 90911000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
In March 2016 it is intended to establish a new 5-year (maximum) group catering and cleaning contract that will combine the operation of this new development in Bangor with the 2 existing NWH extra care schemes in Llanfairfechan and Abergele. The combined value of this new contract is forecast to be c 1 750 000 GBP over the proposed maximum 5 year term. It should be clearly understood that no guarantee is given that any existing or potential suppliers will be automatically invited to tender for the proposed new group contract.
Estimated value excluding VAT:
Range: between 105 000 and 120 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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 conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated Documentation to North Wales Housing. Minimum standards for participation are stated in the Pre-Qualification Questionnaire. Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process. Minimum level(s) of standards possibly required: Health and Safety Policy — Tenderers shall have a robust. Health and Safety Policy endorsed by the Company Director(s). Tenderers shall have in place insurance cover of a minimum: Public Liability Cover — 5 000 000 GBP (five million Pounds sterling). Employers Liability Cover — 5 000 000 GBP (five million Pounds sterling). Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: A minimum of 4 suppliers and a maximum of 6 suppliers will be taken forward to the tender stage of the process. Where less than 6 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 6 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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 up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: