School Catering Contract Yorkshire
Provision of School Meal Services.
United Kingdom-Beverley: School catering services
2015/S 046-079298
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Governors of Beverley High School and Longroft School and Sixth Form, Beverley, East Riding of Yorkshire
c/o Longcroft School, Burton Road
Contact point(s): Wilkinson ICA Foodservice Consultancy
For the attention of: Mr Martin Wilkinson
HU177EJ Beverley
UNITED KINGDOM
Telephone: +44 1422882524
E-mail: tenders@wilkinsonica.co.uk
Fax: +44 1422882524
Further information can be obtained from: Wilkinson ICA Foodservice Consultancy
n/a
Wadsworth Royd Farm, Raw Lane
For the attention of: Martin Wilkinson
HX7 5RF Hebden Bridge
UNITED KINGDOM
Telephone: +44 1422882524
E-mail: mw@wilkinsonica.co.uk
Fax: +44 1422882524
Internet address: http://wilkinsonica.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wilkinson ICA Foodservice Consultancy
n/a
Wadsworth Royd Farm, Raw Lane
For the attention of: Martin Wilkinson
HX7 5RF Hebden Bridge
UNITED KINGDOM
Telephone: +44 1422882524
E-mail: mw@wilkinsonica.co.uk
Fax: +44 1422882524
Internet address: http://wilkinsonica.co.uk
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 27: Other services
Main site or location of works, place of delivery or of performance: Beverley High School, Norwood, Beverley, HU17 9EX and Longcroft School and Sixth Form, Burton Road, Beverley, HU17 7EJ.
NUTS code UKE12
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)
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 1 020 000 and 1 700 000 GBP
II.2.2)Information about options
Description of these options: The Schools will require options to extend for up to a further 2 periods of 1 year on satisfactory performance of contract.
Provisional timetable for recourse to these options:
in days: 30 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
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: Tenderers must provide evidence of their legal standing, for instance, Certificate of Incorporation.
III.2.3)Technical capacity
Applicants are required to request in writing, complete and return a questionnaire from/to the address detailed in Ai.
The questionnaire/application package will require information including but not limited to the following:
(1) Tenderers must be capable of meeting the requirements of the specification.
(2) Tenderers must provide details of similar contracts undertaken by them and of a similar value.
Tenderers must provide the names and addresses of a number of organisations, preferably maintained Secondary schools/Academies, to whom reference must be made.
(3) Tenderers must provide details of their organisational/support structure.
(4) Tenderers must provide evidence of their ability, both technical and organisational to carry out work of this nature.
All staff employed in the servicing of this contract must be sufficiently qualified, trained and competent in their duties.
Minimum level(s) of standards possibly required:
Demonstrate at least 3 years experience in the maintained Schools sector. Tenderers will be able to demonstrate standards by way of client references and site visits, together with information regarding standards of compliance to UK and EU legislation and directives and Government initiatives regarding the feeding of children.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Reserved to companies providing professional catering services.
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: Outcome of Pre-qualification procedure based upon close geographical support, comparable market place experience, references, professional human resource support.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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: