CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 171-307331/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: West Park School
Postal address: West Road, Spondon
Town: Derby
Postal code: DE21 7BT
Country: United Kingdom
Contact Person: The Litmus Partnership Ltd
Telephone: +44 1276-673880
Email: pqq@litmuspartnership.co.uk
Nuts code: UKG35
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: West Park School — Tender for Catering Services.
II.1.2) Main CPV code: 55524000
II.1.3) Type of contract: Services
II.1.4) Short Description: The successful tenderer will be required to provide catering and hospitality services at West Park School.
‘Outstanding schools have a burning desire to get the best possible deal for children in every respect. They are places where the culture of achievement runs deep. Through sheer hard work and determination West Park has become the school it has always wanted to be. Standards at West Park represent achievement of the highest order and place the school among the very best in the country. Without a first-rate teaching and associate staff, supportive parents, hard-working pupils and enlightened governance this would not be possible.’
The percentage of our pupils known to be eligible for free school meals is: 10.4 %.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKF11
Main site or place of performance:
West Park School,
Derby,
United Kingdom.

II.2.4) Description of the procurement:
The catering contract being offered will commence on 1.8.2017 for an initial period of three years, concluding on 31.7.2020, and will be offered on a guaranteed performance basis, with a service on each of the 190 full academic days and by agreement for the 5 inset days.
West Park School catering aims:
— To ensure that the whole school community understands the importance of a nutritionally balanced diet in promoting health and wellbeing;
— To offer pupils and staff a range of value for money options, suitable for all customer’s budgets to maximise uptake of the catering service;
— To stimulate pupil interest in the service through promotions, variety, new foods and links between to the curriculum.
The School has had the same catering contractor for a significant number of years and this is the first time the contract has been placed at competitive tender for over 10 years.
Annual catering revenue for the year ending 31.8.2016 was 289 000 GBP. The successful contractor is expected to have a local operational presence, as specialist caterers in the Secondary School sector.
The contract covers the scope for the provision of catering services within the School, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free school meals and hospitality will be charged at cost price, based on consumption.
The School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site.
The School intends to focus heavily on healthy, fresh, seasonal, locally sourced produce and sees the catering service as an exciting opportunity to complement the overall student experience, through the regular introduction of new ingredients, themed and promotional events. The successful contractor will be required to play their part in acting as a catalyst for improvement of the pupil experience.
The successful contractor will work closely with the School to manage the provision of catering and the overall ‘meal experience’.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
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.

II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-10-21
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2017-01-27
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
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 pre-qualification questionnaire and associated documents can be obtained at:
The closing date for receipt of the Pre-Qualification Questionnaire is 21.10.2016 (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.
Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents 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.4) Procedures for review
VI.4.1) Review body
Official name: West Park School
Town: Derby
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: West Park School
Town: Derby
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: West Park School
Town: Derby
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-09-01

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking