By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Catering Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Police and Crime Commissioner for Suffolk
N/A
Police Headquarters, Portal Avenue, Martlesham Heath
For the attention of: Carolyn Brown
IP5 3QS Ipswich
UNITED KINGDOM
Telephone: +44 1953425699
E-mail:

Internet address(es):

Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/32209

Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14460&B;=BLUELIGHT

Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14460&B;=BLUELIGHT

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
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
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:
Catering Services.
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
Main site or location of works, place of delivery or of performance: Ipswich.

NUTS code UKH14

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 contract or purchase(s)
Tender for the provision of Catering Services located from the Suffolk Police
Headquarters, offering restaurant, hospitality and emergency catering services across
Suffolk.
II.1.6)Common procurement vocabulary (CPV)

55500000, 39222000, 39310000, 55300000, 55520000, 55523000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This 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:
Tender for the provision of a catering, hospitality and emergency catering service based at Police Headquarters Ipswich.
Estimated value excluding VAT: 600 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.6.2016. Completion 31.5.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond and / or parent company guarantee may be required. Reference to these matters, where applicable, will be set out in the invitation to tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reference to these matters, where applicable, will be set out in the invitation to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority reserves the right to require groupings of contractors (e.g. a joint venture or consortium) to take a particular legal form or to require a single contractor to take primary liability or require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: In accordance with article 57 of Directive 2014/24/EU and Regulation 57 of the Public Contracts Regulations 2015 and as set out in the invitation to tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Reference to these matters, where applicable, will be set out in the invitation to tender.
Minimum level(s) of standards possibly required: Reference to these matters, where applicable, will be set out in the invitation to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Reference to these matters, where applicable, will be set out in the invitation to tender.
Minimum level(s) of standards possibly required:
Reference to these matters, where applicable, will be set out in the invitation to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
2015-074
IV.3.2)Previous publication(s) concerning the same contract
no
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
9.3.2016 - 17:00
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
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
This is a recurrent procurement: no
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

PDRS
BiP Solutions, Medius 60, Pacific Way
G51 1DZ Glasgow
UNITED KINGDOM
E-mail:
Telephone: +44 8452707055

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.2.2016