Catering Contract Selly Park Birmingham
The School is placing their Catering services to competitive tender and are inviting professional Catering organisations to bid for the contract with the intention of awarding the contract following due process by 15.7.2015.
United Kingdom-Birmingham: School meals
2015/S 093-167336
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Selly Park Technology College for Girls
5 Selly Park Road, Selly Park
For the attention of: Mark Hamblett
B29 7PH Birmingham
UNITED KINGDOM
Telephone: +44 1214721238
E-mail: m.hamblett@sellyprk.bham.sch.uk
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA9341
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
Tenders or requests to participate must be sent to: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
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: Selly Park Technology College Birmingham.
NUTS code UK
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 services are currently managed by Aspens Catering Services. Aspens manage the full service including the catering team. However, to protect LGPS the School employ some of the catering staff.
The School is placing their Catering services to competitive tender and are inviting professional Catering organisations to bid for the contract with the intention of awarding the contract following due process by 15.7.2015.
The School is not bound to shortlist any Candidate that submits a completed PQQ and reserves the right to abandon processes at any time at no cost to the School.
The School reserves the right to reject or disqualify a Candidate at any stage of this procurement process where there is a change in identity, control, financial standing or other factor impacting on the selection and/or evaluation process affecting the Candidate.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=153751
II.1.6)Common procurement vocabulary (CPV)
15894210
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Section IV: Procedure
IV.1.1)Type of procedure
Justification for the choice of accelerated procedure: The current contract expires on 31.7.2015 and the College wish to go through a full and robust tender process.
However there is not the time to follow the usual OJEU timeline.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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.3)Additional information
VI.5)Date of dispatch of this notice: