Section one: Contracting authority
one.1) Name and addresses
The Good Shepherd Trust
Larch Avenue
Guildford
GU1 1JY
Telephone
+44 1483910210
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.goodshepherdtrust.org.uk/
Buyer's address
https://www.goodshepherdtrust.org.uk/
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
The Good Shepherd Trust Outsourced Catering Services
Reference number
CA12667 -
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The Good Shepherd Trust - Outsourced Catering Services to one provider for 18 schools across the Trust comprising of one secondary school and seventeen primary and infant schools.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,504,080
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Surrey
two.2.4) Description of the procurement
The Good Shepherd Trust currently comprises 18 church and community schools from across the Diocese of Guildford, in both urban and rural settings within Surrey and Hampshire.
The contract being tendered is for 3 + 1 + 1 years in duration from 1st April 2024. The Trust is looking to appoint one Contractor who will be responsible for the provision of a full school food catering services for the pupils and staff within the schools for 190 days a year plus five insert days.
The Trust is keen to further increase uptake and wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-doing. The Trust is interested in ensuring that the contractor provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
two.2.5) Award criteria
Quality criterion - Name: Innovation, Investment and Added Value / Weighting: 20.00%
Quality criterion - Name: Account Management / Weighting: 10.00%
Quality criterion - Name: People and Mobilisation / Weighting: 10.00%
Quality criterion - Name: Menu and Food Experience / Weighting: 20.00%
Quality criterion - Name: Presentation / Weighting: 25.00%
Price - Weighting: 15.00%
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-021039
Section five. Award of contract
Contract No
CA12667
Title
The Good Shepherd Trust Outsourced Catering Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 January 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Caterlink
Earley West, 300 Thames Valley Park Drive
Reading
RG6 1PT
Telephone
+44 1189356702
Fax
+44 1189356892
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,504,080
Section six. Complementary information
six.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
six.4) Procedures for review
six.4.1) Review body
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).