Queensbridge School and Fox Hollies School - Catering Services.
Contract notice
Services
Section I: Contracting authority
Queensbridge School and Fox Hollies School
Queensbridge Road, Moseley
Contact point(s): The Litmus Partnership Ltd
B13 8QB Birmingham
UNITED KINGDOM
Telephone: +44 1276673880
E-mail:
Internet address(es):
General address of the contracting authority: http://www.queensbridge.bham.sch.uk
Electronic access to information: http://www.litmuspartnership.co.uk/project/queensbridge_school_and_fox_hollies_school
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)
Section II: Object of the contract
Service category No 17: Hotel and restaurant services
Main site or location of works, place of delivery or of performance: Queensbridge School and Fox Hollies School, Birmingham, United Kingdom.
NUTS code UKG31
The new contract will commence on 1.4.2016, for a 3 year term. There will be an option to extend the contract for a further 3 years by mutual agreement.
55524000
The contract covers the scope for the provision of all catering and vending services within both schools, which also includes all hospitality and free issue requirements. All pupils use the one restaurant located within Queensbridge School.
The contract being offered within this tender will be based on a guaranteed performance basis with all fee issue requirements and hospitality being recharged on consumption at ‘net’ food cost only.
The current contract cost is circa 130 000 GBP per annum.
Both schools are sited on the Moseley/Edgbaston border within Birmingham.
It is expected that the contract will have a reduction in subsidy on a year on year basis based on improved uptake among the pupils from both schools and your proposals for customer engagement will be required within the tender submission.
The School are looking for the successful tenderer to provide inward capital investment to refresh and rejuvenate the catering facilities thus improving on the current provision and ensure that the amount of time spent queuing by pupils is reduced within all break periods. This should include but not be limited to looking at the provision of new service areas within the school.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 20 miles from the School. It is expected that menus will feature and utilise products in season when available.
As detailed customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response you methodology to this will need to be detailed along with examples of where this has been undertaken within similar contracts recently.
The successful contractor should have similar operations within the local area thus ensuring that the Operational Management Team responsible for the contract are available for regular unplanned visits and support for the contract, and that coverage for any planned or unplanned leave from within the establishment staffing structure can be easily provided.
Section III: Legal, economic, financial and technical information
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
Grounds for mandatory and discretionary exclusion - questions are stated in the Pre-Qualification Questionnaire.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
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.
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required:
Tenderers are required to self-certify whether they already have, or can commit to obtain, prior to the commencement of the contract, the minimum levels of insurance cover of:
- Employers Liability Cover - 5 000 000 GBP (five million pounds sterling);
- Public Liability Cover - 5 000 000 GBP (five million pounds sterling);
- Professional Indemnity Cover - 1 000 000 GBP (one million pounds sterling);
- Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored as per the stated criteria.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
Section VI: Complementary information
Interest in the pre-qualification process should be expressed via email only to clearly stating within this email which contract/notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/queensbridge_school_and_fox_hollies_school
The closing date for receipt of the Pre-Qualification Questionnaire is 20.11.2015 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to by the above closing date and time.
Documents in respect of economic/financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to by the above closing date and time.
It will be the Tenderer's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.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.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.