RPJ3 Group Ltd : Catering Contract for North Lincolnshire Schools Group.

  RPJ3 Group Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Catering Contract for North Lincolnshire Schools Group.
Notice type: Contract Notice
Authority: RPJ3 Group Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: This catering tender process is targeted to have a catering contract in place to commence on 1.1.2018 or 1.2.2018. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The SQ document is available electronically via request to the email address in section 1 and the URL address noted in the same section. The contract will be for a 3 +1 +1 year period (5 years in total including the option to extend for the 1+1 years).
Published: 10/05/2017 15:54

View Full Notice

UK-Gainsborough: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Huntcliffe Academy (see additional information in 11.2.14)
             Kirton in Lindsey, Gainsborough, DN21 4NN, United Kingdom
             Tel. +44 7771768234, Email: ray@rpj3group.co.uk
             Contact: Ray Jeffrey of RPJ3 Group Ltd (ray@rpj3group.co.uk)
             Main Address: https://www.rpj3group.com
             NUTS Code: UKE13
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://rpj3.group/CateringTenderSQ-for--North-LincsSchoolsGroup
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Catering Contract for North Lincolnshire Schools Group.       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      55524000 - School catering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This catering tender process is targeted to have a catering contract in place to commence on 1.1.2018 or 1.2.2018. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The SQ document is available electronically via request to the email address in section 1 and the URL address noted in the same section. The contract will be for a 3 +1 +1 year period (5 years in total including the option to extend for the 1+1 years).       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKE13 North and North East Lincolnshire
      
      II.2.4) Description of procurement: This tender process is targeted to have a catering contract in place to commence on 1.1.2018 or 1.2.2018 for 5 schools in North Lincolnshire (4 high schools and one junior school). The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering service and support required by the group of 5 schools. Labour resource/ relief cover is very important. We have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (Compulsory) Liability Insurance of 10 000 000 GB. The SQ document is available electronically via request to the email address in section and the URL address noted in the same section. The contract will be for a 3 +1 +1 year period (5 years in total including the option to extend for the 1+1 years). The tender timetable will be detailed in the tender documents and is targeted at release of documents and site visit in late June/July with tender responses by late August and bidder interviews in September with contract decision in October.
This contract is for 5 schools being. Huntcliffe School, DN21 4NN, Winterton Junior School, DN15 9QG, Sir John Nelthorpe School, DN20 8AA, Winterton Community Academy DN15 9QD, Baysgarth School, DN18 6AE.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: 5 Schools are part of this tender process- Huntcliffe School, DN21 4NN, Winterton Junior School, DN15 9QG, Sir John Nelthorpe School, DN20 8AA, Winterton Community Academy DN15 9QD, Baysgarth School, DN18 6AE       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/06/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=257856425
   VI.4) Procedures for review
   VI.4.1) Review body:
             RPJ3 Group Ltd
       Leasowe Lodge,, Moreton, CH46 3SA, United Kingdom
       Tel. +44 1516780193
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/05/2017

Annex A


View any Notice Addenda

View Award Notice