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

BC-10291 - Thomas Becket Catholic School - Outsourced Catering.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Thomas Becket Catholic Secondary School
Becket Way
Contact point(s): Procurement
For the attention of: Simon Robinson
NN3 6HT Northampton
UNITED KINGDOM
Telephone: +44 8452577050
E-mail:

Internet address(es):

General address of the contracting authority: http://www.thomasbecket.org.uk/

Address of the buyer profile: https://in-tendhost.co.uk/schoolsbuyingclub

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
Education
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Thomas of Canterbury Federation of Catholic Schools in Northampton

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
BC-10291 - Thomas Becket Catholic School - Outsourced Catering.
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: Thomas Becket Catholic School Becket Way, Northampton NN3 6HT.

NUTS code UKF23

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)

To express an interest and download the documentation please visit https://in-tendhost.co.uk/schoolsbuyingclub

Thomas Becket Catholic School, a Secondary school located in Northampton with approximately 1 000 pupils require the services of an outsourced Catering contractor. It's proposed the contract will initially be for 3 years starting summer 2016 the school reserve the right to extend this agreement to 5 years in yearly intervals (3+1+1).
Thomas Becket Catholic School are part of the St Thomas of Canterbury Federation of schools which comprises of:
- Thomas Becket Catholic School;
- St Mary's Catholic Primary School;
- The Good Shepherd Catholic Primary School;
- St Gregory's Catholic School;
Thomas Becket Catholic school are acting in the capacity of Lead Contracting Authority and are therefore purchasing for and on behalf of the schools contained within the Federation. While Thomas Becket Catholic School require the services of an outsourced catering contractor to start Summer 2016 the remaining schools reserve the right to join the resulting contract at an appropriate point in the future of the agreement.
Thomas Becket Catholic School are seeking to appoint a competent and effective Outsourced Catering Provider. It is the School's expectation that the supplier shall 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. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the new Ofsted guidance for catering.
The supplier shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include; School management, parents, and pupils. In addition, the provider will also be responsible for all legal and health and safety and food safety requirements in delivering the services.
II.1.6)Common procurement vocabulary (CPV)

55524000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 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:
As per the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per the tender documents.
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: As per the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the tender documents.
Minimum level(s) of standards possibly required: As per the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the tender documents.
Minimum level(s) of standards possibly required:
As per the tender documents.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: As per the tender documents.
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:
BC-10291
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
21.4.2016
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
English.
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.1)Information about recurrence
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
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:
22.3.2016