King Solomon Academy Catering Tender London
The catering service at KSA currently operates in-house and cannot be described as a traditional school cafeteria service.
United Kingdom-London: School meals
2015/S 047-081402
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
King Soloman Academy
Penfold Street
Contact point(s): Finance
For the attention of: Seb Mansfield-Steer
NW1 6RX London
UNITED KINGDOM
Telephone: +44 2075636900
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA9341
Further information can be obtained from: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
Tenders or requests to participate must be sent to: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
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: King Solomon Academy London.
NUTS code UK
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)
Ark is a network of high-achieving, non-selective schools and one of the country’s top-performing academy groups. The network has 31 academies in London, Birmingham, Portsmouth and Hastings, educating around 17 400 pupils.
The catering service at KSA currently operates in-house and cannot be described as a traditional school cafeteria service.
The main ‘production kitchen’ supplies a Family Style lunch to three main dining rooms; Primary Sector, Years 7 to 9 and years 10 to 13.
There are no conventional cafeteria counters in any of the dining rooms and food is delivered in hot trollies to each dining room. Thereafter students and staff ‘self help’ and eat a Family Style Lunch in the senior dining rooms and the Primary Sector are served to table by Lunch Time Assistants.
There are no cash tills as all students have to pre-pay for (except free meal students) and use the service at Morning Break (which is a light snack) and Lunch. Therefore the pricing for this tender will be based around a cost per meal rather than gross margin.
The Academy has roll is slit as follows:
Reception to year 6 420 students;
Secondary Years 7 to 11 318 students;
Sixth from years 12 and 13 113 students (September 2015).
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=149892
II.1.6)Common procurement vocabulary (CPV)
15894210
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
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: Companies must be able to demonstrate support from local education contracts and be able to gain ABS for LGPS.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)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.3)Additional information
VI.5)Date of dispatch of this notice: