School Catering Tender Wigan
The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering service
United Kingdom-Wigan: School catering services
2019/S 108-263314
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
C/O St Marie’s Catholic Primary School, Avondale Street, Standish
Wigan
WN6 0lF
United Kingdom
Contact person: Ray Jeffrey
Telephone: +44 7771768234
E-mail: ray@rpj3group.co.uk
NUTS code: UKD3
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Catering Tender for St Cuthbert’s and St Marie’s Catholic Primary Schools
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This tender process is targeted for contract in place to commence in January 2019.The process includes creation of a select bidder list following SQ process (within which the scoring criteria is included). SQ and tender documents are available electronically via the email address in Section 1 and the URL address noted in the same section. Following analysis of SQ’s, select bidders will attend a site survey and briefing in July. Tender response deadline is planned for late August 2019 and interviews (if required) will take place in mid or late September. The contract will be for a 3 +1 +1 year.
II.1.6)Information about lots
II.2.3)Place of performance
Greater Manchester.
II.2.4)Description of the procurement:
This tender process is targeted to have catering contracts in place to commence on 1.1.2019 for these 2 schools in Wigan This is a collaborative tender and each school will have an individual operating contract. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering service and support required by the schools. Labour resource/relief cover is very important. We have set a minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum employer’s (compulsory) liability insurance of 10 000 000 GBP. The SQ document is available electronically via request to the email address in Section 1 and the URL address noted in the same section. The contract will be for a 3 +1 +1 year period (5 years in total including the option to extend for the 1+1 years). The tender timetable will be detailed in the tender documents and is targeted at release of documents and site visit in July 2019 with tender responses by 30th August and bidder interviews and contract award decision in September and October.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This is collaborative tender and the contract will be awarded on the basis of 2 individual operating contracts.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=403884438
GO Reference: GO-201964-PRO-14959656
VI.4.1)Review body
Leasowe Lodge
Moreton
CH46 3SA
United Kingdom
Telephone: +44 1516780193
VI.5)Date of dispatch of this notice: