Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 004-005811/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Hertfordshire County Council on behalf of Kings Langley School
Pegs Lane
Hertford
Postal code: SG13 8DE
United Kingdom
Contact points(s): Strategic Procurement Group
For the attention of: Anita Shipman
Phone: +44 01707292601
Email: anita.shipman@hertfordshire.gov.uk
Internet Address(es):
General address of the contracting authority: www.hertfordshire.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
HCC Jan 2017 — The Provision of a Catering Service at Kings Langley School.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 17: Hotel and restaurant services
Nuts code: UKH23
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
A Catering Service is required for Kings Langley School (hereinafter referred to as the School or Academy).
In order to assist with compiling your bid plans of the kitchen layout and equipment have been uploaded with the tender documents.
Kings Langley School is based just outside of Hemel Hempstead with easy access from the M25. The school’s brand new building opened in September 2016 and ensures that all students and staff have access to the very best facilities and resources available. The school is an inclusive 11-18 academy all ability co-educational school, founded on the Christian values of justice, love and respect to form a firm moral foundation to build upon. The school is a Specialist Arts College and has approximately 1 100 students on roll.
Hertfordshire Business Services will be running the tender process but the management of the contract from the award date and thereafter will be carried out by the school.
This procurement is an Open (one stage) process. Tenderers wishing to apply are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system.
Please Note The TUPE Staffing Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be treated as protected data in accordance with the requirements of the Data Protection Act 1998 and must be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree:
a — To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.
b — That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council’s prior consent in writing.
c — That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation’s bid has been submitted or you decide not to proceed with a tender submission.
d — That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Staffing Information.
e — The requirements above apply whether the supplier uploads a tender response to this procurement or not.
II.1.6) Common procurement vocabulary (CPV): 55524000, 55520000, 55500000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The estimated total value of the Contract is 980 000 GBP and is for the core Contract period inclusive of the approximate value for extensions. For the avoidance of doubt, the estimated annual Contract value will be approximately 140 000 GBP. The Contract will be awarded for a core period of 5 years, with the option to extend the Contract up to 2 further years.
Please note that the Contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
Estimated value excluding VAT:
980 000 GBP
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Please refer to the Invitation to Tender documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Invitation to Tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Invitation to Tender documents.
III.1.4) Other particular conditions:
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender documents.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender documents.
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender documents.
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender documents.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
HCC1609243
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:06.02.2017
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
06.02.2017 – 12:00
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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Section VI: Complementary information
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Hertfordshire County Council has worked closely with its Districts and Partners to create a joint procurement portal called Supply Hertfordshire. This portal provides an eTendering system which is run by In-Tend.
To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance.
This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the Closing date and time. Tenders cannot be uploaded after the closing date/time.
Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system.
If you are experiencing problems In-Tend offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.com or telephone +44 (0)114 407 0065 for any website / technical questions. Monday to Friday 8:30 — 17:30.
The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right then they will not be responsible for, or pay the expenses or losses, which may be incurred by any tenderer as a result.
The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council’s requirements and remain financially viable to perform the Contract.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
See VI.4.2
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.5) Date of dispatch of this notice:
04.01.2017