Contract for Catering Services in Northampton
Thomas Becket Catholic School – Outsourced Catering.
United Kingdom-Northampton: School catering services
2016/S 058-098253
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Thomas Becket Catholic Secondary School
Becket Way
Contact point(s): Procurement
For the attention of: Simon Robinson
NN3 6HT Northampton
UNITED KINGDOM
Telephone: +44 8452577050
E-mail: simon.robinson@schoolsbuyingclub.com
Internet address(es):
General address of the contracting authority: http://www.thomasbecket.org.uk/
Address of the buyer profile: https://in-tendhost.co.uk/schoolsbuyingclub
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Thomas of Canterbury Federation of Catholic Schools in Northampton
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: Thomas Becket Catholic School Becket Way, Northampton NN3 6HT.
NUTS code UKF23
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)
To express an interest and download the documentation please visit https://in-tendhost.co.uk/schoolsbuyingclub
Thomas Becket Catholic School, a Secondary school located in Northampton with approximately 1 000 pupils require the services of an outsourced Catering contractor. It’s proposed the contract will initially be for 3 years starting summer 2016 the school reserve the right to extend this agreement to 5 years in yearly intervals (3+1+1).
Thomas Becket Catholic School are part of the St Thomas of Canterbury Federation of schools which comprises of:
— Thomas Becket Catholic School;
— St Mary’s Catholic Primary School;
— The Good Shepherd Catholic Primary School;
— St Gregory’s Catholic School;
Thomas Becket Catholic school are acting in the capacity of Lead Contracting Authority and are therefore purchasing for and on behalf of the schools contained within the Federation. While Thomas Becket Catholic School require the services of an outsourced catering contractor to start Summer 2016 the remaining schools reserve the right to join the resulting contract at an appropriate point in the future of the agreement.
Thomas Becket Catholic School are seeking to appoint a competent and effective Outsourced Catering Provider. It is the School’s expectation that the supplier shall provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with Government’s minimum nutritional and food based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the new Ofsted guidance for catering.
The supplier shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include; School management, parents, and pupils. In addition, the provider will also be responsible for all legal and health and safety and food safety requirements in delivering the services.
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:
Range: between 1 000 000 and 2 000 000 GBP
II.3)Duration of the contract or time limit for completion
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:
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
Minimum level(s) of standards possibly required: As per the tender documents.
III.2.3)Technical capacity
As per the tender documents.
Minimum level(s) of standards possibly required:
As per the tender documents.
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.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: As per the tender documents.
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
Section VI: Complementary information
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: