Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Hoople Ltd
Council Offices, Plough Lane
For the attention of: Mr John Francis
HR4 0LE Hereford
UNITED KINGDOM
Telephone: +44 1432261755
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: www.hoopleltd.co.uk
Address of the buyer profile: www.st-maryshigh.hereford.sch.uk
Electronic access to information: www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: www.supplyingthesouthwest.org.uk
Further information can be obtained from: Hoople Ltd
Council Offices, Plough Lane
For the attention of: Mr John Francis
HR4 0LE Hereford
UNITED KINGDOM
Telephone: +44 1432261755
E-mail: [email protected]
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Hoople Ltd
Council Offices, Plough Lane
For the attention of: Mr John Francis
HR4 0LE Hereford
UNITED KINGDOM
Telephone: +44 1432261755
E-mail: [email protected]
Tenders or requests to participate must be sent to: Hoople Ltd
Council Offices, Plough Lane
For the attention of: Mr John Francis
HR4 0LE Hereford
UNITED KINGDOM
Telephone: +44 1432261755
E-mail: [email protected]
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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 Contract - St Mary's RC High School Lugwardine.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 17: Hotel and restaurant services
NUTS code
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)
St Mary's RC High School Lugwardine wishes to procure a suitably qualified and competent Catering supplier to deliver the School Catering Service at St Mary's RC High School Lugwardine Hereford, Herefordshire and also to provide school meals to its feeder schools Pencombe Primary School, Hampton Dene Primary School, St Francis Xavier Primary School and Ashperton Primary Academy.
II.1.6)Common procurement vocabulary (CPV)15894210, 55320000, 55523000, 55524000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 1 095 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration 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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment and the payment terms and conditions will be set out in the Contract Agreement and also the Payment mechanism.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The School will consider bids from companies or from consortia/joint ventures. However, legal entities must be formed prior to contract award. The School reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party under takes joint and several liability.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 0
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate24.6.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates22.5.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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 proceduresHoople Ltd
Plough Lane Offices, Plough Lane
HR4 0LE Hereford
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1432260000
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Contacting Authority will incorporate a standstill period at the point information on the award of the contract is.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.5.2015