Section one: Contracting authority
one.1) Name and addresses
Roberts Primary School
Robert Street
Dudley
DY3 2AZ
Telephone
+44 1691664234
Country
United Kingdom
NUTS code
UKG36 - Dudley
Internet address(es)
Main address
https://www.wlpconsultancy.co.uk
Buyer's address
https://www.wlpconsultancy.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Roberts Primary School
Robert Street
Dudley
DY3 2AZ
Telephone
+44 1691664234
Country
United Kingdom
NUTS code
UKG36 - Dudley
Internet address(es)
Main address
https://www.wlpconsultancy.co.uk
Buyer's address
https://www.wlpconsultancy.co.uk
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Roberts Primary School Tender for Catering Services
Reference number
CA11263 -
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide catering services at Roberts Primary School, Robert Street, Dudley DY 3 2AZ
two.1.5) Estimated total value
Value excluding VAT: £625,176
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG36 - Dudley
Main site or place of performance
Dudley
two.2.4) Description of the procurement
Roberts Primary School is a co-educational school in Dudley, West Midlands. There are currently circa 670 pupils on roll aged 3-11 years.
Roberts Primary School value the provision of a quality catering service for its pupils and staff and see this an essential part of the welfare policy at the School. The contract will be awarded for a period of 3 years commencing from 1st April 2023 with an option to extend for a further one plus one years, which will be measured on the achievement of agreed Key Performance Indicators (KPI’s).
The School wishes to build on their past success by increasing uptake and seek innovative ideas to further enhance the service provision and embrace the School Food Plan. The emphasis for the service is on consistency in the quality and range of food provided, coupled with communication links with the School to promote the catering service as an essential part of the pupil experience.
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: £625,176
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Experience in the field, References from previous contracts, financial stability
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
Tenderer must be established in the field and financially secure with a minimum of 3 years trading history and able to demonstrate suitable expertise in the catering sector within the Education sector
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
A statement of the tenderer's turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 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. Abbreviated audited accounts for previous 3 years trading will be required.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 November 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Roberts Primary School
Robert Street
Dudley
DY3 2AZ
Country
United Kingdom