School Catering Contract Wolverhampton
The successful tenderer will be required to provide catering services at Deansfield Community School, Wolverhampton.
United Kingdom-Wolverhampton: School catering services
2015/S 059-104099
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Deansfield Community School
Dean’s Road
Contact point(s): The Litmus Partnership Ltd
WV1 2BH Wolverhampton
UNITED KINGDOM
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
Internet address(es):
General address of the contracting authority: http://www.deansfieldcommunityschool.net
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: Deansfield Community School.
Wolverhampton.
West Midlands.
United Kingdom.
NUTS code UKG3
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)
The successful tenderer will be required to provide catering services at Deansfield Community School, Wolverhampton.
Full details in relation to Deansfield Community School can be found at: http://www.deansfieldcommunityschool.net
The latest Ofsted report finding may be viewed at: http://reports.ofsted.gov.uk/inspection-reports/find-inspection-report/provider/ELS/104387
The catering service provision at Deansfield Community School has not been market tested in recent years and to ensure Best Value principles are applied the Head Teacher and School Governors have made a decision to tender the catering service.
This has been driven in turn by BFE funding for a totally new build of the School which will be completed in August 2015 in readiness for the start of the autumn term.
Current roll numbers are 450 but the new school will have capacity for up to 900 students. It is envisaged that roll numbers will increase to circa 600 students during the contract term.
Current turnover figures are circa 130 000 GBP — 150 000 GBP per annum and it should be noted that the School has a very stringent Gated Policy.
Seven staff are currently employed by the incumbent contractor to manage and oversee the catering service and therefore TUPE Regulations will apply to this contract. Current uptake levels are below 50 % and the School firmly believes that with improved choice and quality there is a real opportunity to increase this level of uptake. In addition to this the new facility should assist with this key objective.
The successful contractor will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the School on contract performance. It is imperative that an Open Book Policy is offered to ensure the School has total clarity on financial performance.
We are seeking both innovation and the application of current food trends within the tender submissions and would expect as a result of this to be able to identify ‘best value’ and work in partnership with the chosen contractor going forward.
The School has set three key objectives which should be focused upon throughout the tender process. They are:
— Delivery of a quality driven service to meet the aspirations of the new build;
— To introduce a bespoke service offer to students and staff of the School;
— To engage with students, staff, parents and guardians throughout the contract term to ensure their catering requirements are met and the service reflects Value for Money.
The contract being tendered is for three years in duration from 1.9.2015 until 31.8.2018.
The contract will be fixed price with the contractor invoicing the client for one-twelfth of the annual cost on a monthly basis. Free School Meals and any ad hoc catering requirements will be invoiced in addition to this.
Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual operating financial result.
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
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Grounds for mandatory rejection (ineligibility) — questions are stated in the Pre-Qualification Questionnaire.
Mandatory and discretionary exclusions for non-payment of taxes etc. — questions are stated in the Pre-Qualification Questionnaire.
Discretionary grounds for rejection — questions are stated in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required: Economic and financial standing — Tenderers are required to have a minimum annual turnover of 900 000 GBP.
Suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc.) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors’ confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.
Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.
III.2.3)Technical capacity
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required:
Health and Safety Policy — Tenderers shall have a robust Health and Safety Policy endorsed by the Company Director(s).
Tenderers shall have in place insurance cover of a minimum:
— Public Liability Cover — 5 000 000 GBP;
— Employers Liability Cover — 5 000 000 GBP.
Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.
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: 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.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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.2)Information about European Union funds
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 closing date for receipt of the Pre-Qualification Questionnaire is 24.4.2015 (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. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website 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.5)Date of dispatch of this notice: