Provision of School Meals.
Contract notice
Services
Section I: Contracting authority
Torbay Council
Legal & Procurement, Procurement Team, "The Attic", Torquay Town hall
For the attention of: Josie Medforth
TQ1 3DR Torquay
UNITED KINGDOM
Telephone: +44 1803207049
E-mail:
Internet address(es):
General address of the contracting authority: http://www.torbay.gov.uk
Address of the buyer profile: http://www.torbay.gov.uk/procurement
Further information can be obtained from: Torbay Council Procurement Team
Contact: Josie Medforth, Senior Procurement Officer Email:
For the attention of: Josie Medforth
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: www.supplyingthesouthwest.org.uk
Tenders or requests to participate must be sent to: www.supplyingthesouthwest.org.uk
Section II: Object of the contract
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: 16 Primary Schools across Torbay. Refer to the tender documents for the school details.
NUTS code UKK
The Provision of School Meals Contract is required to provide a School Meals Service to a number of schools within Torbay. Please refer to Appendix A which provides the information on the schools which have collaborated to let this new Contract. It is possible that, over the life of the contract, the number of schools will increase or decrease. The Service Provider is required to be flexible enough to be able to accommodate these changes.
The provision of the School Meals Service is required to provide a choice of beverages and nutritionally-balanced healthy meals, fully complying with all relevant food safety regulations and the Statutory National Nutritional Standards appropriate to the type of school and which reflect the cultural and medical dietary needs of the customers. The provision is required to be Food for Life Standard Silver or equivalent. The Service Provider will also be responsible for the provision of the transport for this service where applicable.
39220000, 39222000, 39222100, 55000000, 55500000, 55520000, 55524000
The Contract will be between the Service Provider and the 16 Primary Schools under one Contract. The Authority is facilitating the procurement process on the schools' behalf.
The Contract Value is based on the predicted number of school meals for all 16 schools multiplied by GBP 2,30 a meal ( taking into account the new Universal Schools Meals for Reception, Yr1 and Yr 2)
The estimated Contract value is GBP 911 131 for 1 year, GBP 3 644 524 for 4 years and GBP 7 289 049 if extended for the full 8 years. (Contract is for 4 years with the option to extend up to 4 further years in 24 monthly increments).
Estimated value excluding VAT:
Range: between 7 000 000 and 8 000 000 GBP
Section III: Legal, economic, financial and technical information
The resultant Contract will be between the service provider and the 16 Primary schools as one Contract.
Description of particular conditions: please refer to the tender documents
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Will be detailed in the online organisation questionnaire and are as set out in
Regulations 23 - 26 of the UK Public Contract Regulations 2006 (as amended).
Minimum level(s) of standards possibly required: Will be detailed in the online organisation questionnaire and are as set out in Regulations 23 - 26 of the UK Public Contract Regulations 2006 (as amended).
Will be set out in the tender specification.
Minimum level(s) of standards possibly required:
Will be set out in the tender specification
Section IV: Procedure
Prior information notice
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: the procurement officer and a governance support officer
Section VI: Complementary information
Each prospective Applicant will be limited to a maximum of two (2) representatives. You are asked to ensure that at least one (1) of your representatives comes from the operational side of your organisation.
The provisional timetable for the school visits is as follows:
Oldway Primary School 10:00 to 10:15
All Saints Babbacombe C of E Primary School 10:30 to 10:45
St Marychurch C of E Primary School 11:00 to 11:15
Ilsham C of E Academy 11:30 to 11:45
These visits will be short but are an important opportunity for you to view a number of our facilities across a range of kitchens and dining facilities.
Please ensure that you bring your own protective coat and hat to wear for hygiene purposes during the visits to the catering facilities. Please keep disturbance to both the school and the kitchen to a minimum. You are asked to respect this. During the visits you should not seek to question school or catering staff.
Applicants are required to contact the Authority Authorised Representative detailed at section 1.6 Authority Representatives within the tender document to book a place by Friday 21st February at 12 noon.
Claims on the grounds of lack of knowledge of site locations/conditions will not be accepted by the Authority and future claims from the Contractor for an increase in pricing that relates to the Contractor's lack of knowledge of the sites shall be rejected.
please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals.htm
Body responsible for mediation procedures
please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals.htm
process:
www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals.htm
please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals.htm