Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
CE-01521 Extend, Kaleidoscope and Maintained Schools Catering
Reference number: CE-01521
II.1.2)Main CPV code55524000 School catering services
II.1.3)Type of contractServices
II.1.4)Short description:
The successful bidder will be responsible for delivering the catering service to the Trusts and schools as listed in the tender documents. The proposed contract will be for the outsourced provision of catering services to the client. It is the client’s expectation that the successful bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The successful bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with Government’s minimum nutritional and food based standards for the educational sector. Further information are included in Section 7: Service specification.
II.1.5)Estimated total valueValue excluding VAT: 5 500 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)55524000 School catering services
II.2.3)Place of performanceNUTS code: UKK23 Somerset
Main site or place of performance:
II.2.4)Description of the procurement:
The successful bidder will be responsible for delivering the catering service to the Trusts and schools:
• Extend Learning Academies Network;
• Kaleidoscope Multi Academy Trust;
• Maintained Schools: Banwell Primary School, St Francis’ Catholic Primary;
• St Joseph’s Catholic Primary School;
• Worlebury St Paul’s Primary School; Kewstoke Primary School.
The proposed contract will be for the outsourced provision of catering services to the client. It is the client’s expectation that the successful bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The successful bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with Government’s minimum nutritional and food based standards for the educational sector. Further information are included in Section 7: Service specification.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 5 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
As per the tendering documentation.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.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 participateDate: 18/12/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.7)Conditions for opening of tendersDate: 18/12/2020
Local time: 12:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice:17/11/2020