Watson Lennard & Payne Ltd: OSSMA CATERING CONTRACT

  Watson Lennard & Payne Ltd has published this notice through Delta eSourcing

Notice Summary
Title: OSSMA CATERING CONTRACT
Notice type: Contract Notice
Authority: Watson Lennard & Payne Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Catering services to an Academy School with sixth form. 834 students on roll
Published: 22/01/2015 16:07

View Full Notice

UK-STOKE ON TRENT: Catering services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      ORMISTON SIR STANLEY MATHEWS ACADEMY
      BEACONSFIELD DRIVE, BLURTON, STOKE ON TRENT, ST3 3JD, United Kingdom
      Tel. +44 01693657647, Fax. +44 01691657647, Email: doreen.harris@thefoodserviceconsultancy.co.uk
      Contact: WATSON LENNARD & PAYNE LTD, Attn: DOREEN HARRIS

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Not Provided

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: OSSMA CATERING CONTRACT
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 17

         Region Codes: UKG23 - Stoke-on-Trent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Catering services. Catering services to an Academy School with sixth form. 834 students on roll
         
      II.1.6)Common Procurement Vocabulary:
         55520000 - Catering services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      36-month provision of catering services         
         Estimated value excluding VAT: 654,129
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payment on rendition of invoice.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The school is looking to achieve financial break-even target      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Abbreviated copies of the last three years audited accounts required at enquiry stage.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Minimum three years experience in the sector.Parties will be able to demonstrate standards via client references and site visits, together with information regarding standards of compliance to Government legislative requirements.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Parties must be able to demonstrate compliance with all relevant legislation, including standards.      
      III.3.2)Staff responsible for the execution of the service:
         Legal 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 procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 6 and maximum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         Selection for the formal tendering process will be by evaluation, reputation in the sector, financial standing, evidence of operational activity within a 50-mile radius of the contract location and compliance with prevailing legislation.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Cost - 30
            Depth of Experience - 10
            Innovative menu choice and proactive service solutions - 25
            References/quality assurance and procedures - 30
            Policies and procedures - 5

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: OSSMA/DH1      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 28/02/2015

         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/03/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 11/03/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tender. Return will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Return of full tenders will be 17/04/2015 12:00 noon.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=127150937
GO-2015122-PRO-6309498 TKR-2015122-PRO-6309497
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      ORMISTON SIR STANLEY MATHEWS ACADEMY
      BEACONSFIELD DRIVE, BLURTON, BEACONSFIELD DRIVE, STOKE ON TRENT, ST3 3JD, United Kingdom
      Tel. +44 01691657647, Email: doreen.harris@thefoodserviceconsultancy.co.uk

      VI.4.2)Lodging of appeals: REFERENCE TO SCHOOL GOVERNING BODY WITHIN 14 DAYS OF SHORTLISTING OR OF FINAL DECISION AS APPLICABLE.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 22/01/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-STOKE ON TRENT: Catering services.

Section I: Contracting Authority
   Title: UK-STOKE ON TRENT: Catering services.
   I.1)Name, Addresses and Contact Point(s):
      ORMISTON SIR STANLEY MATHEWS ACADEMY
      BEACONSFIELD DRIVE, BLURTON, STOKE ON TRENT, ST3 3JD, United Kingdom
      Tel. +44 01693657647, Fax. +44 01691657647, Email: doreen.harris@thefoodserviceconsultancy.co.uk
      Contact: WATSON LENNARD & PAYNE LTD, Attn: DOREEN HARRIS

   I.2)Type of the contracting authority:
      Not Provided

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The 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: OSSMA CATERING CONTRACT      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 17
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKG23 - Stoke-on-Trent         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Catering services. Catering services to an Academy School with sixth form. 834 students on roll
      II.1.5)Common procurement vocabulary:
         55520000 - Catering services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Cost - 30
         Depth of Experience - 10
         Innovative menu choice and proactive service solutions - 25
         References/quality assurance and procedures - 30
         Policies and procedures - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: OSSMA/DH1         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 28995-2015

      V.1)Date Of Contract Award: 02/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Compass Contract Services (trading as Chartwells)
         Postal address: Parklands Court, 24 Parklands, Birmingham Great Park, Rubery
         Town: Birmingham
         Postal code: B45 9PZ
         Country: United Kingdom
         Email: James.Hawkins@compass-group.co.uk
         Telephone: +44 1214575000
         Internet address: www.chartwells.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 654,129
            Currency: GBP

         Total final value of the contract
            Value: 739,023
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: COMPASS CONTRACT SERVICES (TRADING AS CHARTWELLS)
         Postal address: PARKLANDS COURT, 24 PARKLANDS
         Town: BIRMINGHAM
         Postal code: B45 9PZ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tender. Return will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Return of full tenders will be 17/04/2015 12:00 noon.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=153593306
GO-201586-PRO-6897780 TKR-201586-PRO-6897779   
   VI.3.1)Body responsible for appeal procedures:
      ORMISTON SIR STANLEY MATHEWS ACADEMY
      BEACONSFIELD DRIVE, BLURTON, BEACONSFIELD DRIVE, STOKE ON TRENT, ST3 3JD, United Kingdom
      Tel. +44 01691657647, Email: doreen.harris@thefoodserviceconsultancy.co.uk
   VI.3.2)Lodging of appeals: REFERENCE TO SCHOOL GOVERNING BODY WITHIN 14 DAYS OF SHORTLISTING OR OF FINAL DECISION AS APPLICABLE.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 06/08/2015