Catering Services Knottingley
The provision of catering services to up to 5 primary academies in Knottingley.
United Kingdom-Doncaster: School catering services
2015/S 008-009531
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
School Partnership Trust Academies
Education House, Unit 2 Carolina Court, Wisconsin Drive, Lakeside
For the attention of: Mark Willett
DN4 5RA Doncaster
UNITED KINGDOM
Telephone: +44 1302379240
E-mail: mark.willett@schoolpartnershiptrust.org.uk
Internet address(es):
General address of the contracting authority: http://www.schoolpartnershiptrust.org.uk
Address of the buyer profile: http://www.schoolpartnershiptrust.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
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: Knottingley, West Yorkshire.
NUTS code
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
55524000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 400 000 and 650 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: England Lane Academy
1)Short description
2)Common procurement vocabulary (CPV)
55524000
3)Quantity or scope
Range: between 60 000 and 100 000 GBP
Lot No: 2Lot title: Knottingley St Botolph’s C of E Academy
1)Short description
2)Common procurement vocabulary (CPV)
55524000
3)Quantity or scope
Range: between 60 000 and 110 000 GBP
Lot No: 3Lot title: Simpson’s Lane Academy
1)Short description
2)Common procurement vocabulary (CPV)
55524000
3)Quantity or scope
Range: between 100 000 and 125 000 GBP
Lot No: 4Lot title: The Vale Primary Academy
1)Short description
2)Common procurement vocabulary (CPV)
55524000
3)Quantity or scope
Range: between 150 000 and 175 000 GBP
Lot No: 5Lot title: Willow Green Academy
1)Short description
2)Common procurement vocabulary (CPV)
55524000
3)Quantity or scope
Range: between 80 000 and 110 000 GBP
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:
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 5 000 000 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.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
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.
— Employers liability cover — 5 000 000 GBP.
Other questions as indicated in the tender documents 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.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 27.2.2015 – 11:00
Place:
SPTA Offices, Doncaster.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: