Catering Contract London May 2015
The Hollyfield School – Catering Services.
United Kingdom-Surbiton: School catering services
2015/S 097-175731
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Hollyfield School
Surbiton Hill Road
Contact point(s): The Litmus Partnership Ltd
KT6 4TU Surbiton
UNITED KINGDOM
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
Internet address(es):
General address of the contracting authority: http://www.hollyfield.kingston.sch.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
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: The Hollyfield School, Surbiton, Surrey, United Kingdom.
NUTS code UKJ23
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)
The catering contract will commence on 1.1.2016 and be let for a 3 year term on a fixed price basis.
II.1.6)Common procurement vocabulary (CPV)
55524000
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:
— Meals which meet the Government Nutrient Based Standards for school lunches which includes the minimum portion sizes.
— Procure food in a more sustainable way, Fresh and seasonal produce to be used in menus, Local sourcing of foods if possible.
— Fully compliant with legislation.
— Experienced in the provision of school catering services and are financially secure.
— Offer a good range of service options, attractive menu choices and good value for money, Low sugar and low fat levels alternatives used.
— Free of artificial colours and additives where possible.
— Vegetarian options to be imaginative and offer variety.
— Medical Diets.
— Operate sound food safety procedures.
— Prepared to work flexibly and in partnership with schools to meet students’ needs and help maximise the take up of meals.
— Understand how schools are managed and their relationships with students, staff and parents/carer.
— Dealing with catering rubbish and recycling procedures.
— The main aim is to provide children and young people high quality, enjoyable and creative choices of nutritious food. Working with Schools and Health Partners to improve wellbeing and encourage healthier lifestyles.
— Meet the School’s policy of providing a meal service by offering menus that are nutritionally balanced with a variety of dishes to meet customer expectations. These expectations will be established through customer research and feedback.
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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.
Grounds for mandatory rejection (ineligibility) — questions are stated in the Pre-Qualification Questionnaire.
Mandatory and discretionary exclusions for non-payment of taxes etc. — questions are stated in the Pre-Qualification Questionnaire.
Discretionary grounds for rejection — questions are stated in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
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: Economic and financial standing — Tenderers are required to have a minimum annual turnover of 500 000 GBP (five hundred thousand pounds sterling).
Suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action/event (dissolved, removed, in liquidation, etc.) that calls into question their financial/corporate standing. Such action/event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors’ confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.
Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.
III.2.3)Technical capacity
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.
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 & Safety Policy — Tenderers shall have a robust Health & 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.
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 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 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.3.4)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.2)Information about European Union funds
VI.3)Additional information
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk, clearly stating within this email which contract/notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The closing date for receipt of the Pre-Qualification Questionnaire is 19.6.2015 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website 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 OJEU 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.
VI.5)Date of dispatch of this notice: