Catering Services Tender Cornwall
9 Lots. Humphry Davy School – Lot No: 1.
United Kingdom-Penzance: School catering services
2018/S 216-494151
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Coombe Road
Penzance
TR18 2TG
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Sunrising
East Looe
PL13 1NQ
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Tregony
Truro
TR2 5SE
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Gonvena Hill
Wadebridge
PL27 6BU
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Tolgus Vean
Redruth
TR15 1TA
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Luxstowe
Liskeard
PL14 3EA
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Trescobeas Road
Falmouth
TR11 4LH
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
St Clement
Truro
TR1 1TN
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.1)Name and addresses
Wearde Road
Saltash
PL12 4AY
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKK3
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cornwall Cluster — Secondary Schools — Tender for Catering Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful Supplier/s will be required to provide catering services at the following schools:
—Humphry Davy School,
— Looe Community Academy,
— The Roseland Academy,
— Wadebridge School,
— Redruth School,
— Liskeard School and Community College,
— Falmouth School,
— Penair School (in-house),
— Saltash.net Community School (in-house).
The contract/s covers the scope for the provision of all catering services within the schools, which also includes free issue requirements.
Further information is provided in the SQ Documentation.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Humphry Davy School
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Humphry Davy School
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Looe Community Academy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Looe Community Academy
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
The Roseland Academy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The Roseland Academy
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Wadebridge School
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wadebridge School
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Redruth School
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Redruth School
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Liskeard School and Community College
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Liskeard School and Community College
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Falmouth School
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Falmouth School
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Penair School
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Penair School
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Saltash.net Community School
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Saltash.net Community School
Cornwall
United Kingdom
II.2.4)Description of the procurement:
See II.1.4)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Interest in the selection 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 Selection Questionnaire and associated documents can be obtained at: https://www.litmuspartnership.co.uk/project/cornwall_cluster__secondary_schools
The closing date for receipt of the Selection Questionnaire is 10.12.2018 (12:00). Suppliers are required to ensure that documents are obtained and returned to The Litmus Partnership Ltd, 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 Selection Questionnaire) shall be returned to The Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
It will be the supplier’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 Contract 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.4.1)Review body
Cornwall
United Kingdom
VI.5)Date of dispatch of this notice: