Section one: Contracting authority
one.1) Name and addresses
Fenland Group
Spring Meadow Infant and Nursery School, High Barns,
Rachel O'Grady
CB7 4RB
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.springmeadow.cambs.sch.uk/web
one.1) Name and addresses
Townley School & Pre-School
Crown Road,, Christchurch, Wisbech,
cambridgeshire
PE14 9NA
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
http://www.townley.cambs.sch.uk/
one.1) Name and addresses
Cavalry Primary School
Cavalry Drive,, March,
cambridgeshire
PE15 9EQ
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.cavalry.cambs.sch.uk/
one.1) Name and addresses
Beaupre Primary
Church Drove Outwell Wisbech
Cambridgeshire
PE14 8RH
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.beaupreprimary.co.uk/
one.1) Name and addresses
Benwick Primary
Benwick Primary School High Street Benwick
Cambridgeshire
PE15 0XA
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.benwick.cambs.sch.uk/web
one.1) Name and addresses
Manea Primary
Station Road Manea
Cambridgeshire
PE150HA
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.manea.cambs.sch.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/9MYY84UP7W
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
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fenland Group ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful Supplier will be required to provide Catering services for Fenland Group.
The Fenland Group’ consists of 6 primary schools in the Cambridgeshire area.
two.1.5) Estimated total value
Value excluding VAT: £1,426,560
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire CC
two.2.4) Description of the procurement
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 of all schools, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Schools 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 1st August 2023 to 31st July 2026 with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Schools a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Schools for the duration of this contract.
The School year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that Schools 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 Schools, which currently includes (where applicable); morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil on uptake with a margin attached, and hospitality will be charged based on consumption and at net food cost.
Whilst the Schools prioritise value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.
The Schools expect 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 Schools expect 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 Schools believe 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.
As schools 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 funding improvements as part of the Contractor’s tender submission would be welcomed.
See SQ document for further details.
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: £1,426,560
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2028
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: 10
Objective criteria for choosing the limited number of candidates:
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.
two.2.10) Information about variants
Variants will be accepted: Yes
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
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
17 February 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 April 2023
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.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
It will be the supplier's responsibility to obtain any necessary documents 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 contract 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Rachel-O%27Grady:-School-catering-services./9MYY84UP7W" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Rachel-O%27Grady:-School-catering-services./9MYY84UP7W
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/9MYY84UP7W" target="_blank">https://litmustms.co.uk/respond/9MYY84UP7W
GO Reference: GO-2023112-PRO-21901404
six.4) Procedures for review
six.4.1) Review body
Fenland Group
cambridgeshire
Country
United Kingdom