Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
County Hall, Penrhyn Road
Kingston upon Thames
KT1 2DN
Contact
Andrew Clarke
Telephone
+44 2085419000
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SCC APC The Supply of Transport for School Meals 2021
Reference number
SCC - 032381
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
An open tender process to identify a provider for a reliable service for the supply of transport for school meals to primary schools that do not have kitchen facilities, which represents value for money. Twelve15 provides schools meals to the majority of Surrey’s schools under a contractual basis. The decision as to the procurement of school meals sits with each individual school. Schools must, by statute, provide free meals for eligible pupils and paid meals as requested. From September 2014 every primary school child in reception, year 1 and year 2, became entitled to a free school meal (Universal Free School Meals [UFSM]). The meals must be nutritious, high quality and freshly prepared using seasonal/local produce.The contract supports Council’s Twelve15 contractual obligations to provide school meals across2014, for all state-funded schools, including academies and free schools, to offer a free school lunch to all pupils in reception, year 1 and year 2.
two.1.5) Estimated total value
Value excluding VAT: £520,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
An open tender process to identify a provider for a reliable service for the supply of transport for school meals to primary schools that do not have kitchen facilities, which represents value for money. Twelve15 provides schools meals to the majority of Surrey’s schools under a contractual basis. The decision as to the procurement of school meals sits with each individual school. Schools must, by statute, provide free meals for eligible pupils and paid meals as requested. From September 2014 every primary school child in reception, year 1 and year 2, became entitled to a free school meal (Universal Free School Meals [UFSM]). The meals must be nutritious, high quality and freshly prepared using seasonal/local produce.The contract supports Council’s Twelve15 contractual obligations to provide school meals across2014, for all state-funded schools, including academies and free schools, to offer a free school lunch to all pupils in reception, year 1 and year 2.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £520,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional further extension of 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Any such requirements will be included in the invitation to tender.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Any such requirements will be included in the invitation to tender.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.https://www.sesharedservices.org.uk/esourcing/opportunitiesThe SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales — High Court of Justice
Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom