Catering Tender Coventry
The successful tenderer will be required to provide catering services at Holy Family Catholic Primary School and Christ the King Catholic Primary School.
United Kingdom-Coventry: School catering services
2016/S 046-075013
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Penny Park Lane
Coventry
CV6 2GU
UNITED KINGDOM
Contact person: The Litmus Partnership Ltd
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKG33Internet address(es):Main address: http://www.holyfamily.coventry.sch.uk
I.1)Name and addresses
Scots Lane, Coundon
Coventry
CV6 2GU
UNITED KINGDOM
Contact person: The Litmus Partnership Ltd
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKG33Internet address(es):Main address: http://www.ctk.coventry.sch.uk/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Holy Family Catholic Primary School and Christ the King Catholic Primary School — Tender for Catering Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful tenderer will be required to provide catering services at Holy Family Catholic Primary School and Christ the King Catholic Primary School.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services within the existing facilities for the students and teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Schools would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years in duration from August 2016 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Schools a guaranteed cost per annum for the provision of catering services. Sovereignty of the meal tariff is to remain with the Schools for the duration of this contract.
II.1.6)Information about lots
II.2.1)Title:
Holy Family Catholic Primary School.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Holy Family Catholic Primary School,
Coventry,
United Kingdom.
II.2.4)Description of the procurement:
Holy Family Catholic Primary School strive daily to create an atmosphere of welcome, compassion and acceptance to all who enter the School.
Holy Family are very much a ‘family’ School that cultivate and nurture attitudes of support, respect and care in all activities and relationships and for all children. Equally important is learning. Holy Family set high standards in everything that they do and strongly believe in the importance of the core skills of reading, writing and mathematics.
At Holy Family, all believe that primary School education is an experience that all children should enjoy to the full and they therefore offer a broad, balanced and engaging curriculum, striving to meet the needs of all children.
Holy Family care passionately about providing all of the 472 children on roll, with an education that will prepare them for life in the 21st century. They want their children to be confident, independent learners who know how to make informed decisions about the choices they make in life.
Estimated income at Holy Family Catholic Primary School 2016-2017:
KS1 (UIFSM & FSM): 50 000 GBP;
Paid Meals: 26 600 GBP;
Total: 76 600 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
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:
Christ the King Catholic Primary School.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Christ the King Catholic Primary School,
Coventry,
United Kingdom.
II.2.4)Description of the procurement:
Pupils at Christ the King Catholic Primary School are surrounded by a vibrant, inclusive learning environment based on a Catholic ethos of compassion, love and respect. Christ the King strive to impart to all of the 419 pupils on roll, a wide range of knowledge and intellectual, artistic and sporting skills and to arouse and nurture within them, an eager spirit of enquiry and wonder.
Christ the King’s teaching philosophy is centred on an environment of mutual respect, where the staff, the pupils and the whole community work together for the common aim of educating the children in their care, to achieve the highest standards of competence and ability and to be responsible and worthy citizens of the world.
Estimated income at Christ the King Catholic Primary School 2016-2017:
KS1 (UIFSM & FSM): 57 760 GBP;
Paid Meals: 19 000 GBP;
Total: 76 760 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
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 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/holy_family_and_christ_the_king_catholic_primary_schools
The closing date for receipt of the Pre-Qualification Questionnaire is 4.4.2016 (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.4.1)Review body
Coventry
UNITED KINGDOM
VI.4.2)Body responsible for mediation procedures
Coventry
UNITED KINGDOM
VI.4.4)Service from which information about the review procedure may be obtained
Coventry
UNITED KINGDOM
VI.5)Date of dispatch of this notice: