Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Burnham Grammar School — Catering Services.

  • Cyhoeddwyd gyntaf: 15 Gorffennaf 2015
  • Wedi'i addasu ddiwethaf: 15 Gorffennaf 2015

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Burnham Grammar School
ID Awudurdod:
AA41210
Dyddiad cyhoeddi:
15 Gorffennaf 2015
Dyddiad Cau:
14 Awst 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The successful tenderer will be required to provide catering services at Burnham Grammar School.

The contract being tendered is for 3 years in duration from 1.1.2016 until 31.12.2018 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return/cost per annum for the provision of catering services.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Burnham Grammar School

Hogfair Lane

Burnham

SL1 7HG

UK

The Litmus Partnership Ltd


+44 1276673880

pqq@litmuspartnership.co.uk


http://www.bgs.bucks.sch.uk


Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Burnham Grammar School — Catering Services.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

17

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Burnham Grammar School, Burnham, Buckinghamshire, United Kingdom.



UKJ13

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

The successful tenderer will be required to provide catering services at Burnham Grammar School.

The contract being tendered is for 3 years in duration from 1.1.2016 until 31.12.2018 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return/cost per annum for the provision of catering services.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

55524000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Ie

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

Burnham Grammar School is a selective mixed school in south Buckinghamshire.

Burnham Grammar School is a caring school where good relationships are fostered and every student is valued as an individual. We get to know our students to enable us to personalise the support they need to fulfil their potential. Our friendly but purposeful environment produces exam success as well as well-rounded individuals. We expect our students to embrace the unique opportunities provided for them to volunteer, mentor younger students and participate in the many sporting, arts and charity events. Our students have worked hard to get into Burnham Grammar School and understand that sustained effort is required to maintain progress.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1 065 students on roll and 145 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.

The contract being tendered is for three years in duration from 1.1.2016 until 31.12.2018 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Burnham Grammar School for the duration of this contract.

The academic year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.

The contract offered covers the scope for the provision of all catering services within the School, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.

Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing Body is not obliged to accept the lowest price.

The value of the current contract is:

2013/14: 185 000 GBP

2014/15 (predicted): 194 000 GBP

Burnham Grammar School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.

The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor.

As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Contractor's tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing dining area, with attention being given to the upgrade of the Nationwide cashless system, counter layout and furnishings and the implementation of a procedure that would assist in producing a reduction of current queuing times.

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

  01 - 01 - 2016   31 - 12 - 2018

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.

Grounds for mandatory rejection (ineligibility)– questions are stated in the Pre-Qualification Questionnaire.

Mandatory and discretionary exclusions for non-payment of taxes etc. — questions are stated in the Pre-Qualification Questionnaire.

Discretionary grounds for rejection — questions are stated in the Pre-Qualification Questionnaire.

III.2.2)

Capasiti economaidd ac ariannol


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.



Economic and financial standing — Tenderers are required to have a minimum annual turnover of 1 000 000 GBP (one million pounds sterling).

Suppliers must be financially fluid and currently trading.

They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc.) that calls into question their financial/corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors' confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.

If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.

Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.


III.2.3)

Capasiti technegol


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.



Health & Safety Policy — Tenderers shall have a robust Health and Safety Policy endorsed by the Company Director(s).

Tenderers shall have in place insurance cover of a minimum:

Public Liability Cover — 5 000 000 GBP (five million pounds sterling)

Employers Liability Cover — 5 000 000 GBP (five million pounds sterling)

Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

510

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  14 - 08 - 2015   12:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  04 - 09 - 2015

IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk, clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.

The closing date for receipt of the Pre-Qualification Questionnaire is 14.8.2015 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.

It will be the Tenderer's responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio










Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  10 - 07 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
55524000 Gwasanaethau arlwyo ysgolion Gwasanaethau arlwyo

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
pqq@litmuspartnership.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.