Schools Catering Framework London and Kent
The aim of creating a Schools Catering Framework is to appoint a number of contractors who are able to undertake the provision of a full catering service for schools.
United Kingdom-Chatham: School catering services
2016/S 152-276125
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail: victor.ogunyemi@medway.gov.uk
Internet address(es):
General address of the contracting authority: http://www.medway.gov.uk/
Further information can be obtained from: Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail: victor.ogunyemi@medway.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail: victor.ogunyemi@medway.gov.uk
Tenders or requests to participate must be sent to: Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail: victor.ogunyemi@medway.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Medway Council
Gun Wharf, Dock Road, Kent
ME4 4TR Chatham
United Kingdom
London Borough of Bexley
Civic Offices, Broadway
DA6 7LB Bexleyheath
United Kingdom
Bromley Council
Civic Centre, Stockwell Close
BR1 3UH Bromley
United Kingdom
Kent County Council
County Hall, Kent
ME14 1XQ Maidstone
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 27: Other services
NUTS code
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 services will be broken into 2 lots:
Lot 1 will be a block of contracts which will be serviced by a single provider;
Lot 2 will be providers servicing single contract for single site, multi-academy trust (MAT) or small groups of schools.
The provision of the block of contracts will be based on direct award to a single contractor who submitted the most economically advantageous tender.
The contracting authority will award contracts via a call-off process for the provision of single sites, multi-academy trust (MAT) or small groups of schools to a framework member as a direct award according to the framework ranking or via a mini-competition as and when such services are required.
The proposed Framework will be awarded for an initial period of 3 years and will have an option to extend for a further 1 year. This Framework Agreement provides that either the Council or Contracting Authority may call-off the provision of the Services (Lot 2) by placing an Order with the Contractor, which shall form a separate Service Contract.
The meal price will be capped at 2,20 GBP for all primary schools. The price will also be fixed for the term of the contract.
II.1.6)Common procurement vocabulary (CPV)
55524000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The services will be broken into 2 lots:
Lot 1 will be a block of contracts which will be serviced by a single provider;
Lot 2 will be providers servicing single contract for single sites, multi-academy trust (MAT) or small groups of schools.
The provision of the block of contracts will be based on direct award to a single contractor who submitted the most economically advantageous tender.
The contracting authority will award contracts via a call-off process for the provision of single sites, multi-academy trust (MAT) or small groups of schools to a framework member as a direct award according to the framework ranking or via a mini-competition as and when such services are required.
The proposed Framework will be awarded for an initial period of 3 years and will have an option to extend for a further 1 year.
Estimated value excluding VAT: 15 000 000 GBP
II.2.2)Information about options
Description of these options: The framework covers all schools within Medway, Bexley, Bromley and the Kent County where it is logistically possible. Links to schools:
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Block of contracts which will be serviced by a single provider
1)Short description
2)Common procurement vocabulary (CPV)
55524000
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Single contract for single sites, multi-academy trust (MAT) or small groups of schools
1)Short description
2)Common procurement vocabulary (CPV)
55524000
4)Indication about different date for duration of contract or starting/completion
2)Common procurement vocabulary (CPV)
55524000
4)Indication about different date for duration of contract or starting/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: See schedule 7 of the Framework contract terms and 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
III.2.3)Technical capacity
As detailed in the tender documents.
III.3.1)Information about a particular profession
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: As detailed in the tender documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: