CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Police & Crime Commissioner for South Wales |
Police Headquarters, Cowbridge Road |
Bridgend |
CF31 3SU |
UK |
all correspondence via etenderwales website |
+44 1656655555 |
|
|
www.south-wales.police.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0583
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision of Catering Services for an On-Site Cafe |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Pencoed, South Wales
UKL17 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Police and Crime Commissioner for South Wales is seeking a provider with experience, capacity and creativity to provide catering services for an on-site cafe and takeaway at a South Wales Police premises.
The Commissioner requires a high quality café and takeaway service offering hot and cold light meals, confectionery, snacks and hot/cold beverages. The Refreshments shall be provided by the Contractor and available for purchase by officers, staff and visitors to the Premises.
The Service shall be provided, as a minimum, between the hours of 0845 and 1430 hours, Monday to Friday (excluding bank holidays).
The Refreshments provided by the Contractor shall as a minimum include seasonal products, themed events, meal deals, offers and specials to ensure the menu is varied and wide-ranging. Please note that the use of deep fat fryers or similar equipment is discouraged for this particular facility
There are approximately 350-400 officers and police staff located at the Premises who will have access to the Service, should they require it. The Commissioner does not give and shall not be deemed to have given, any guarantee, warranty or other assurance as to the potential revenue generated by entering into the Contract. Any estimate of demand given to the Contractor will be for guidance purposes only and shall not form part of the Contract.
The successful Contractor is requried to have a food hygiene rating of at least 4 with the Food Standards Agency.
The Chef/Manager shall have as a minimum City & Guilds Basic Cookery Certificate Qualification 706/1 and Cookery for the Catering Industry Certificate Qualification 706/2 or equivalent. Minimum of two years experience in managing a similar catering facility. Good Customer Care Skills.
The Catering Assistants shall have minimum of 2 years experience in a similar catering facility, or suitable training provided at the Contractors expense.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=35030
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
55520000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
|
II.2.2)
|
OptionsOption to extend for one year |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
See Tender Documentation
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
See Tender Documentation
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
See Tender Documentation
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
See Tender Documentation
|
III.2.2)
|
Economic and financial capacity
See Tender Documentation
|
III.2.3)
|
Technical capacity
See Tender Documentation
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Technical |
85 |
|
Food Sample Assessment |
15 |
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
itt_47821
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 09-11-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published After September 2018 |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:35030)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 05-10-2015 |