Section one: Contracting authority
one.1) Name and addresses
Chosen Hill School
Brookfield Road, Churchdown
Gloucester
GL3 2PL
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Internet address(es)
Main address
https://www.chosenhillschool.co.uk/
one.1) Name and addresses
Farmor's School
The Park, Fairford
Gloucestershire
GL7 4JQ
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Internet address(es)
Main address
https://www.farmors.gloucs.sch.uk/
one.1) Name and addresses
Cirencester Kingshill School
Kingshill Lane
Cirencester
GL7 1HS
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Internet address(es)
Main address
https://www.cirencesterkingshill.gloucs.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
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
Chosen Hill School Cluster – 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/s will be required to provide Catering services for Chosen Hill, Farmor’s and/or Cirencester Kingshill Schools.
• LOT 1 - Chosen Hill School, Brookfield Road, Churchdown, Gloucester GL3 2PL
• LOT 2 - Farmor's School, The Park, Fairford, Gloucestershire, GL7 4JQ
• LOT 3 - Cirencester Kingshill School, Kingshill Lane, Cirencester, GL7 1HS
Please note that whilst sharing a joint procurement process, each School is entirely independent of the others and each individual catering contract may be awarded to a different contractor, with each school ultimately making its own award decision.
This tender is split into 3 LOTS – Suppliers will be required to submit a separate SQ response via LTMS for each of the LOTS they wish to participate in, links below:
LOT 1- https://litmustms.co.uk/respond/995WUPRXD6
LOT 2- https://litmustms.co.uk/respond/2KB94HQY5N
LOT 3- https://litmustms.co.uk/respond/QF5762Z275
two.1.5) Estimated total value
Value excluding VAT: £3,295,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
LOT 1 - Chosen Hill School
Lot No
1
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
The contract/s covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.
The duration of the contract/s offered is three years commencing on 1 August 2022, concluding on 31 July 2025, with the opportunity to extend by up to an additional two years at the discretion of each governing body.
The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School/s. It is expected that menus will feature and utilise products in season.
NB: Please note that the successful contractor/s will pay the procurement consultancy fee on award for each lot of this contract, which will be to the value of:
•Chosen Hill School - £3,000.00 plus VAT.
•Cirencester Kingshill School - £3,000.00 plus VAT.
•Farmors School - £3,500.00 plus VAT.
This fee will be invoiced immediately after the 10 day standstill period. To ensure transparency, you will clearly show within your management fee a breakdown of this fee, over the initial three year length of the contract. The total fee will be paid by the successful contractor, in full to Litmus, by no later than Friday 22nd July 2022.
For further information, please see the SQ Document.
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: £1,420,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2027
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
two.2.14) Additional information
LOT 1 - Chosen Hill School
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/995WUPRXD6
two.2) Description
two.2.1) Title
LOT 2 - Farmor's School
Lot No
2
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
The contract/s covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.
The duration of the contract/s offered is three years commencing on 1 August 2022, concluding on 31 July 2025, with the opportunity to extend by up to an additional two years at the discretion of each governing body.
The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School/s. It is expected that menus will feature and utilise products in season.
NB: Please note that the successful contractor/s will pay the procurement consultancy fee on award for each lot of this contract, which will be to the value of:
•Chosen Hill School - £3,000.00 plus VAT.
•Cirencester Kingshill School - £3,000.00 plus VAT.
•Farmors School - £3,500.00 plus VAT.
This fee will be invoiced immediately after the 10 day standstill period. To ensure transparency, you will clearly show within your management fee a breakdown of this fee, over the initial three year length of the contract. The total fee will be paid by the successful contractor, in full to Litmus, by no later than Friday 22nd July 2022.
For further information, please see the SQ Document.
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: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2027
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
two.2.14) Additional information
LOT 2 - Farmors School
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/2KB94HQY5N
two.2) Description
two.2.1) Title
LOT 3 - Cirencester Kingshill School
Lot No
3
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
The contract/s covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.
The duration of the contract/s offered is three years commencing on 1 August 2022, concluding on 31 July 2025, with the opportunity to extend by up to an additional two years at the discretion of each governing body.
The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School/s. It is expected that menus will feature and utilise products in season.
NB: Please note that the successful contractor/s will pay the procurement consultancy fee on award for each lot of this contract, which will be to the value of:
•Chosen Hill School - £3,000.00 plus VAT.
•Cirencester Kingshill School - £3,000.00 plus VAT.
•Farmors School - £3,500.00 plus VAT.
This fee will be invoiced immediately after the 10 day standstill period. To ensure transparency, you will clearly show within your management fee a breakdown of this fee, over the initial three year length of the contract. The total fee will be paid by the successful contractor, in full to Litmus, by no later than Friday 22nd July 2022.
For further information, please see the SQ Document.
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: £925,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2027
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
two.2.14) Additional information
LOT 3 - Cirencester Kingshill School
To respond to this opportunity, please click here:
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
25 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 March 2022
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=657398219
GO Reference: GO-2022114-PRO-19501078
six.4) Procedures for review
six.4.1) Review body
Chosen Hill School
Gloucester
GL3 2PL
Country
United Kingdom