Tender

Catering Repairs and Maintenance

  • West Sussex County Council

F02: Contract notice

Notice identifier: 2024/S 000-007468

Procurement identifier (OCID): ocds-h6vhtk-0446b4

Published 8 March 2024, 11:08am



Section one: Contracting authority

one.1) Name and addresses

West Sussex County Council

County Hall, West Street

Chichester

PO19 1RQ

Contact

John Figgins

Email

john.figgins@westsussex.gov.uk

Country

United Kingdom

Region code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.westsussex.gov.uk/default.aspx

Buyer's address

https://www.westsussex.gov.uk/default.aspx

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-7669.my.site.com/ProSpend__CustomCommunitiesLogin?startURL=%2Fhome%2Fhome.jsp

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-7669.my.site.com/ProSpend__CustomCommunitiesLogin?startURL=%2Fhome%2Fhome.jsp

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

Catering Repairs and Maintenance

Reference number

C17696

two.1.2) Main CPV code

  • 50883000 - Repair and maintenance services of catering equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Service Provider will be required to carry out both planned, and reactive kitchen equipment maintenance. Services are required to both gas an electrical equipment. Around 200 schools in total will participate in this arrangement, the exact number of schools is likely to fluctuate throughout the period of the contract.

two.1.5) Estimated total value

Value excluding VAT: £940,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The Service Provider will be required to carry out both planned, and reactive kitchen equipment maintenance. Services are required to both gas an electrical equipment. Around 200 schools in total will participate in this arrangement, the exact number of schools is likely to fluctuate throughout the period of the contract. To note, only 10 of these schools operate gas kitchens. The Council will keep the Service Provider appraised of any changes to participating schools. The Service Provider will arrange annual proactive maintenance visits to every school under the arrangement and attend reactive callouts in these schools. The Council’s Catering Service will raise all callouts with the Service Provider and authorise all associated spend, and instructions directly from schools must not be taken by the Service Provider in terms of callouts or works. The Council’s Catering Service administration team will process all invoices for the Service Provider, the Service Provider is not required to invoice services directly to schools.

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: £940,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 June 2024

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contract to be retendered at the end of the contract term.

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.1.2) 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

As set out in tender documentation.


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

12 April 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 10 August 2024

four.2.7) Conditions for opening of tenders

Date

12 April 2024

Local time

2:00pm

Place

https://atamis-7669.my.site.com/ProSpend__CustomCommunitiesLogin?startURL=%2Fhome%2Fhome.jsp


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office

six.4.2) Body responsible for mediation procedures

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office