School Catering for 19 Bristol Schools
The Council wishes to establish a framework agreement with a single provider under which up to 19 primary and nursery schools in the BCC area may enter into call-off contracts for the provision of school catering.
United Kingdom-Bristol: School catering services
2015/S 005-005406
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bristol City Council
City Hall College Green
For the attention of: Matthew Roberts
BS1 5TR Bristol
UNITED KINGDOM
Telephone: +44 1179037675
E-mail: matthew.roberts@bristol.gov.uk
Internet address(es):
Electronic access to information: http://www.proactisplaza.com
Electronic submission of tenders and requests to participate: http://www.proactisplaza.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
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Bridge Farm Primary
East Dundry Road, Whitchurch
BS14 0LL Bristol
UNITED KINGDOM
Cabot Primary
Halston Drive, St Pauls
BS2 9JE Bristol
UNITED KINGDOM
Chester Park Juniors
Ridgeway Road, Fishponds
BS16 3SY Bristol
UNITED KINGDOM
Christchurch C of E Primary
Royal Park, Clifton
BS8 3AW Bristol
UNITED KINGDOM
Fairfurlong Primary
Vowell Close, Withywood
BS13 9HS Bristol
UNITED KINGDOM
Fishponds Academy
Fishponds Road, Fishponds
BS16 3UH Bristol
UNITED KINGDOM
Four Acres Primary
Four Acres, Withywood
BS13 8RB Bristol
UNITED KINGDOM
Hannah Moore Primary
New Kingsley Road, St Phillips
BS2 0LT Bristol
UNITED KINGDOM
Holymead Primary (Infant Site)
Hollywood Road, Brislington
BS4 4LE Bristol
UNITED KINGDOM
Holymead Primary (Junior Site)
Wick Road, Brislington
BS4 4HB Bristol
UNITED KINGDOM
Sefton Park (Infants Site)
Ashley Down Road, Ashley Down
BS7 9BJ Bristol
UNITED KINGDOM
Sefton Park (Junior Site)
Ashley Down Road, Ashley Down
BS7 9BJ Bristol
UNITED KINGDOM
Stoke Park Primary & Early Years Centre
Brangwyn Grove, Lockleaze
BS7 9BY Bristol
UNITED KINGDOM
St George C of E VC Primary
Queens Parade, Brandon Hill
BS1 5XJ Bristol
UNITED KINGDOM
St Michaels on the Mount C of E VC Primary
Park Lane, St Michaels Hill
BS2 8BE Bristol
UNITED KINGDOM
Briarwood Special School
Briar Way, Fishponds
BS10 4EA Bristol
UNITED KINGDOM
Summerhill Infants
Clouds Hill Road, St George
BS5 7LE Bristol
UNITED KINGDOM
Victoria Park Primary
Atlas Road, Bedminister
BS3 4QS Bristol
UNITED KINGDOM
Woodstock Special
Rectory Gardens, Henbury
BS19 7AH Bristol
UNITED KINGDOM
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 24: Education and vocational education services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The appointed Contractor would be an established professional catering contractor who can provide primary and nursery school meals and other catering requirements for schools.
II.1.6)Common procurement vocabulary (CPV)
55524000, 55520000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 4 000 000 GBP
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.1.1)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
Description of particular conditions: Further conditions will be described in the Invitation to Tender document.
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: Bidders must achieve a satisfactory risk assessment from the Authority in relation to their financial standing. Further details regarding the assessment are as set out in the Pre Qualification Question (PQQ) document.
III.2.3)Technical capacity
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 as amended and as set out in the tender documents.
Minimum level(s) of standards possibly required:
Confirmation will be required that the below Insurance requirements will be met at Contract Award: Public Liability Insurance cover of GBP 5 000 000 Employers Liability Insurance cover of GBP 10 000 000.
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.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 55
2. Price. Weighting 45
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.3.5)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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All documentation, questions and responses will be managed via the Proactis portal via the following URL:http://www.proactisplaza.com/supplierportal Suppliers are requested not to use any other means of communication. Regarding IV.3.4, requests to participate must be made by completion and submission of the Pre Qualification Questionnaire (PQQ) which is available on-line. Expressions of interest and automatic PQQ will be available from 9.1.2015 until 17.2.2015 in line with the date and time specified in IV.3.4 and in accordance with the instructions set out in the PQQ. The Proactis portal will not allow a bid to be uploaded after the deadline has passed. Completed PQQ submitted by any means other than the Proactis portal before or after the deadline will not be considered.
Bidders are advised to allow sufficient time to upload all documentation. Applicants are advised that the Council is subject to the Freedom of Information Act 2000 (The Act). If an applicant considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information that they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Authority may take such statements into consideration in the event that it receives a request pursuant of the Act which relates to the information provided by the interested party. Please note it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response. All dates and time periods specified in this notice are only provisional and the Council reserves the right to change these. The Council reserves the right not to award any or part of this contract, No statement shall be taken as constituting a contract, agreement, warranty or representation between the Council and/or any other party (excluding a formal award of contract made by the Council or any formal express legal agreement). Bidding and bid costs are entirely at the risk of the applicants/bidders and will not be refunded by the Council under any circumstances. Minimum time frame during which the tenderer must maintain the tender: 180 days (from the date for receipt of tender). Conditions for opening tender:
Persons authorised to be present at the opening of tenders: No.
VI.4.1)Body responsible for appeal procedures
Bristol Civil and Family Justice Centre
2 Redcliff Street
BS1 6GR Bristol
UNITED KINGDOM
E-mail: e-filing@bristol.countycourt.gsi.gov.uk
Telephone: +44 1179106700
Internet address: http://www.hmcourt-service.gsi.gov.uk
Fax: +44 1179106729
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: