CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Gipsy Hill Federation |
Kingswood Primary School (Lower Site), 55 Gipsy Road |
London |
SE27 9NP |
UK |
Executive Headteacher
Craig Tunstall |
+44 2087614827 |
grussell@gipsyhillfederation.org.uk |
+44 2087610749 |
http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA29408
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityThe Provision of Catering Services. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract17 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Main site: Kingswood Primary School (Lower Site) 55 Gipsy Road, London, SE27 9NP.
UKI |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Provision of Catering Services.
The successful tenderer will be required to provide school meals catering services on behalf of the Gypsy Hill Federation, consisting of 6 primary schools in the boroughs of Lambeth and Southwark. The contract is being offered on a 3 year term commencing on the 1.9.2014 with the possibility to extended for a further 1+1.
Estimated annual turnover of the contract - GBP 769,000.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=111481
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
55524000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
769 000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 01-09-2014 01-09-2017 |
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 Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
|
III.2.2)
|
Economic and financial capacity
Minimum level(s) of standards possibly required: Economic and financial standing – Tenderers are required to have a minimum annual turnover of 1 000 000 GBP (one million pounds sterling). Suppliers must be financially fluid and currently trading. They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors' confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.
Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.
|
III.2.3)
|
Technical capacity
Tenderers will be issued and will be required to complete and submit a pre-qualification questionnaire and associated documentation the Gipsy Hill Federation. Minimum standards for participation are stated in the Pre-Qualification Questionnaire. Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process. Conviction of criminal offences – questions are stated in the Pre-Qualification Questionnaire. Business Probity – questions are stated in the Pre-Qualification Questionnaire.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate510 |
|
|
Objective criteria for choosing the limited number of candidates
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be issued and will be required to complete and submit a pre-qualification questionnaire and associated documentation the Gipsy Hill Federation. Minimum standards for participation are stated in the Pre-Qualification Questionnaire. Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process. Conviction of criminal offences – questions are stated in the Pre-Qualification Questionnaire. Business Probity – questions are stated in the Pre-Qualification Questionnaire.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 14-02-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 10-03-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Interest in the pre-qualification process should be expressed via email only to: grussell@gipsyhillfederation.org.uk, Please also provide, as a minimum, a contact name, full company postal address and telephone number. The closing date for receipt of the Pre-Qualification Questionnaire is 14.2.2014 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Gipsy Hill Federation by email.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time. The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
(MT Ref:111481)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 07-01-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Gipsy Hill Federation |
Kingswood Primary School (Lower Site), 55 Gipsy Road |
London |
SE27 9NP |
UK |
Gill Russell |
+44 2087614827 |
grussell@gipsyhillfederation.org.uk |
+44 2087610749 |
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Gipsy Hill Federation |
Kingswood Primary School (Lower Site), 55 Gipsy Road |
London |
SE27 9NP |
UK |
Gill Russell |
+44 2087614827 |
grussell@gipsyhillfederation.org.uk |
+44 2087610749 |
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Gipsy Hill Federation |
Kingswood Primary School (Lower Site), 55 Gipsy Road |
London |
SE27 9NP |
UK |
Gill Russell |
+44 2087614827 |
grussell@gipsyhillfederation.org.uk |
+44 2087610749 |
|
|