Outsourced Catering Contract Surrey
We require the services of a competent and professional outsourced catering provider who can provide a range of nutritious meals to students and staff.
United Kingdom-Ewell: School catering services
2016/S 049-081500
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
GLF Schools Academy Trust
The Kingsway
Contact point(s): Procurement
For the attention of: Areti Paulson
KT17 1NB Ewell
UNITED KINGDOM
Telephone: +44 8452577050
E-mail: areti.paulson@schoolsbuyingclub.com
Internet address(es):
General address of the contracting authority: http://www.glfschools.org/
Address of the buyer profile: http://www.schoolsbuyingclub.com/
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: GLF Schools, The Kingsway, Ewell, Surrey, KT17 1NB.
NUTS code UKI22
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)
We require the services of a competent and professional outsourced catering provider who can provide a range of nutritious meals to students and staff over all our school sites which meet and exceed Government standards.
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:
We require the services of a competent and professional outsourced catering provider who can provide a range of nutritious meals to students and staff over all our school sites which meet and exceed Government standards.
Our schools are located as follows:
School Address:
Chestnut Park Primary School, Brigstock Road, Croydon, London, CR7 7JN;
Cordwalles Junior School, Berkshire Road, Camberley, Surrey, GU15 4DR;
Cuddington Croft Primary School, West Drive, Cheam, Surrey, SM2 7NA;
Danetree Primary School, Danetree Road, West Ewell, Surrey, KT19 9SE;
Glyn School, The Kingsway, Ewell, Surrey, KT17 1NB;
Hammond Junior School, Badger Drive, Lightwater, Surrey, GU18 5TS;
Hillcroft Primary School, Chaldon Road, Caterham, Surrey, CR3 5PG;
Lightwater Village School, Catena Rise, Lightwater, Surrey, GU18 5RD;
Lime Tree Primary School, Battlebridge Lane, Merstham, Surrey, RH13LH;
Marden Lodge Primary School, Croydon Road, Caterham, CR3 6QH;
Salfords Primary School, Copsleigh Avenue, Redhill, RH1 5BQ;
Springfield Primary School, Nursery Road, Sunbury-on-Thames, Middlesex, TW16 6LY;
Warlingham Village Primary School, Farleigh Road, Warlingham, Surrey, CR6 9EJ;
Wheatfield Primary School, Woodward Close, Winnersh, Berkshire, RG41 5UU;
Whyteleafe Primary School, Whyteleafe Hill, Whyteleafe, Surrey, CR3 0AA;
Windmill Primary School, Smiths Walk, Fernlea Drive, Berkshire, RG41 3DR;
William Morris Primary School, Bretch Hill, Banbury, OX16 0UZ.
Estimated value excluding VAT:
Range: between 4 500 000 and 6 000 000 GBP
II.2.2)Information about options
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 tender documents.
III.2.3)Technical capacity
As per tender documents.
Minimum level(s) of standards possibly required:
As per 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
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: