School Meals Catering Service
London Borough of Merton. UK-Morden: school catering services
2012/S 22-035934
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Merton
Children, Schools & Families Civic Centre London Rd
For the attention of: Mr Divine Ihekwoaba
SM4 5DX Morden
UNITED KINGDOM
Telephone: +44 2085453704
E-mail: divine.ihekwoaba@merton.gov.uk
Fax: +44 2085453311
Education
Section II: Object of the contract
Service category No 17: Hotel and restaurant services
Main site or location of works, place of delivery or of performance: Schools within the London Borough of Merton.
NUTS code UKI22
On behalf of the Merton’s Primary and Special schools, the authority is seeking potential providers who can deliver flexible catering services for pupils and staff in up to 46 schools in the borough with over 14 000 children between them. The authority is looking to appoint a proactive catering provider with broad experience of delivering such services capable of providing high quality meals, innovative menu and achieving positive outcomes in terms of increased take up and customer satisfaction. Further details of the service are provided with the Pre-qualification Information and Questionnaire.
55524000, 55523100, 55500000, 50883000
Part 2: Provision of annual and routine maintenance and repair of catering equipment in kitchens on up to 47 school sites within the London Borough of Merton. Contract value estimate: 100 000 GBP per year.
Part 3: Provision of hospitality refreshments and staff catering at the Chaucer Centre (a staff Professional Development Centre) operated by the London Borough of Merton. Contract value estimate: 120 000 GBP per year.
The London Borough of Merton requires providers to provide Parts 1 & 2 of the required service within a standard price per meal. Part 3 of the service will be delivered in conjunction with Parts 1& 2 – the successful bidder will be required to pay a share of income derived to the Authority under the contractual arrangements agreed.
The Authority’s preference will be for a service providing both Parts 1 and Part 2 but reserves the right to seek a price for the provision of Part 1 alone. Part 3 must be provided with Part 1 in all cases.
This is a three year contract from September 2012 to August 2015, with the option to extend for a further period of twenty four months exercisable at the Authority’s sole discretion in twelve month increments.
Estimated value excluding VAT: 11 000 000 GBP
Description of these options: This is a three year contract from September 2012 to August 2015, with the option to extend for a further period of twenty four months exercisable at the Authority’s sole discretion in twelve month increments.
Provisional timetable for recourse to these options:
in months: 3 (from the award of the contract)
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Contract will be based on the London Borough of Merton’s terms and conditions as varied or supplemented by the Contract Documents that will be set out in the tender documents.
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
As per instructions within the Pre-Qualification Information and Questionnaire.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
As per instructions within the Pre-Qualification Information and Questionnaire.
Minimum level(s) of standards possibly required: As per instructions within the Pre-Qualification Information and Questionnaire.
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
As per instructions within the Pre-Qualification Information and Questionnaire.
Minimum level(s) of standards possibly required:
As per instructions within the Pre-Qualification Information and Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As per instructions within the Pre-Qualification Information and Questionnaire.
Additional information about authorised persons and opening procedure: Kevin Churchill: Head of Commercial Services; Divine Ihekwoaba: Commercial & Procurement Adviser; Murray Davies:Contract & Procurement Manager; Michael Balamwezi: Principal Contracts Officer.
Section VI: Complementary information
London Borough of Merton
Merton Civic Centre London Road
SM4 5DX Morden
UNITED KINGDOM
E-mail: Divine.Ihekwoaba@merton.gov.uk
Body responsible for mediation procedures
Director of Corporate Services
London Borough of Merton, Merton Civic Centre London Road
SM4 5DX Morden
UNITED KINGDOM
E-mail: caroline.holland@merton.gov.uk
Commercial Services Team
London Borough of Merton, Merton Civic Centre London Road
SM4 5DX Morden
UNITED KINGDOM
E-mail: procurement@merton.gov.uk
VI.5)Date of dispatch of this notice:31.1.2012