Catering Contract Walsall
The successful tenderer will be required to provide catering services at Joseph Leckie Academy.
United Kingdom-Walsall: School catering services
2015/S 179-325370
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Joseph Leckie Academy
Walstead Road West
Contact point(s): The Litmus Partnership Ltd
WS5 4PG Walsall
UNITED KINGDOM
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
Internet address(es):
General address of the contracting authority: http://www.josephleckieacademy.co.uk/
Electronic access to information: http://www.litmuspartnership.co.uk/project/joseph_leckie_academy
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: Joseph Leckie Academy, Walsall, West Midlands, United Kingdom.
NUTS code UKG35
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 duration of the contract being offered is 3 years initially, commencing on 1.4.2016, with the option of a 2 year extension.
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:
Current roll numbers on roll are 1 146 students plus up to an additional 200 sixth formers. There are 190 teaching and support staff who do not currently use the facility.
Current turnover figures are approximately 236 000 GBP per annum including Free School Meals and it should be noted that the Academy has a very stringent gated policy.
Current uptake levels are above 50 % and the Academy firmly believes that with improved choice and quality there is a real opportunity to increase this level of uptake.
For the avoidance of doubt TUPE Regulations will apply to this contract and all current catering staff are in the (LGPS) Local Government Pension Scheme.
The successful contractor will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the Academy on contract performance. It is imperative that an open book policy is offered to ensure the Academy has total clarity on financial performance.
The Academy is seeking both innovation and the application of current food trends within the tender submissions and would expect as a result of this to be able to identify ‘Best Value’ and work in partnership with the chosen contractor going forward.
The Academy has set six key objectives which should be focused upon throughout the tender process. They are:
— Minimum of Guaranteed Fixed Price for the duration of the contract (excluding Free School Meals and ad hoc requirements) with the opportunity to generating surpluses during the contract term which will be returned to the Academy on an agreed split.
— The contract will be for 3 years initially, with the option of a 2 year extension, depending on performance and Governors agreement.
— Review / suggestions to improve the service, especially regarding the introduction of a biometric cashless catering system, with potential for investment from the successful contractor. Proposals regarding the introduction of a sixth form service should also be considered within your tender submission.
— Full compliance with School Food Trust standards ~ menus should be structured to what the students want, whilst offering healthy choices and ensuring students are ready to learn.
— The Academy requires a Certified Halal offer as part of the menu offer.
— Full participation in student-led Food Council to listen to feedback and offer new innovations.
The contract will be Fixed Price during the contract term and if any improvements to financial surpluses are generated then the contractor shall share these on an agreed percentage return. Free School Meals and any ad hoc catering requirements will be invoiced on a monthly basis.
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 may result in your exclusion from any further part in this process.
Grounds for mandatory and discretionary exclusion — 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 may 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 800 000 GBP.
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 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.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required:
Tenderers are required to self-certify whether they already have, or can commit to obtain, prior to the commencement of the contract, the minimum levels of insurance cover of:
— Employers Liability Cover — 5 000 000 GBP,
— Public Liability Cover — 5 000 000 GBP,
— Professional Indemnity Cover — 1 000 000 GBP.
Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored as per the stated criteria.
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.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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 pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/joseph_leckie_academy
The closing date for receipt of the Pre-Qualification Questionnaire is 16.10.2015 (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.
Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents 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: