Section one: Contracting authority
one.1) Name and addresses
Xavier Catholic Education Trust
Guildford Road
Chertsey
KT16 9LU
Contact
Anthony Isaacs (St Peter's)
aisaacs@st-peters.surrey.sch.uk
Telephone
+44 1932582595
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341
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
Xavier Catholic Education Trust Secondary Catering Tender
Reference number
RM&C/2023/XCET/383
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Xavier Catholic Education Trust are putting out to tender the catering contracts at their Secondary Schools: St Peter's Catholic School, Guildford, St John the Baptist School, Woking and Salesian School, Chertsey. Contract start date is 1st August 2023 (except for Salesian School which will start in September 2024). The schools will be able to select their preferred company from the three companies shortlisted to make the final presentations.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
St Peter's Catholic School in Guildford, St John the Baptist School in Woking and Salesian School in Chertsey.
two.2.4) Description of the procurement
St Peter's Catholic School Pupil Numbers: - by year group
Year 7 209
Year 8 210
Year 9 210
Year 10 210
Year 11 209
Sixth Form 279
Total 1,327
Sales over September and October 2022
FSM Sales 3,494 GBP
All Other Sales 90,241 GBP
Service Times
Breakfast: 08:20 – 08:45
Break: Not Tuesdays 11:05 – 11:30 / Tuesdays 10:55 – 11:20
Lunch: Not Tuesdays Years 7, 8 and 9 – 12:30 – 13:10
Lunch: Not Tuesdays Years 10, 11, 12 and 13 – 13:30 – 14:10
Lunch: Tuesdays Years 7, 8 and 9 – 12:15 – 12:55
Lunch: Tuesdays Years 10, 11, 12 and 13 – 13:10 – 13:50
Sixth Form: 08:20 until 14:10 with a restricted service outside break and lunchtimes
Tuesdays 08:20 until 13:50 with a restricted service outside break and lunchtimes
Locked in Policy: Yes for Years 7-11 / Sixth Form Y12 cannot leave site / Year 13 mainly onsite
Current contractor: Innovate
Other Information: Staff x 2 on LGPS / HFA Halal meat required
St John the Baptist School Pupils Numbers by year group
Year 7 241
Year 8 240
Year 9 241
Year 10 237
Year 11 239
Sixth Form 301
Total 1,499
Sales over 12 month period / No of Trading Days: 185
FSM Sales Breakfast: 139 GBP
Break: 2,059 GBP
Lunch: 9,385
All other Sales 381,944 GBP
Service Times
Breakfast: 08:00 – 08:45
Break: 10:55 – 11:15
Lunch: 12:05 – 13:45 (2 sittings)
Sixth Form: 08:00 – 14:00
Locked in Policy: Yes for years 7 -11
Current Contractor: Innovate
Other Information: There may be staff on LGPS / Halal meat not required but Halal chicken offered in canteen just in case / Meat free Friday required
Salesian School Pupil Numbers by year group
Year 7 280
Year 8 280
Year 9 280
Year 10 279
Year 11 278
Sixth Form 428* (will be 500 by 1/9/24) on separate site
Total 1,825
Sales 24th Nov 21 – 23rd Nov 22
FSM Sales 23,919 GBP
All Other Sales 447,806 GBP
Service Times
Breakfast: 08:00 – 08:50
Break: 10:50 – 11:10
Lunch: 12:50 – 13:30
Sixth Form: 07:00 – 13:30
Locked in Policy: Yes for Years 7-11
Current Contractor: Chartwells - This School will not start until September 2024
Other Information: There may be staff on LGPS / Halal meat not required but “Meat Free Friday” required on all servings
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Renewal possible after 3 years subject to satisfactory performance.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
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 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
28 February 2023
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 March 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
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228468.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228468)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
RM&C Consultants Ltd
Suthernwood View, Woodcote Road, South Stoke
Reading
RG8 0JJ
David.allen@rmandcconsultants.co.uk
Telephone
+44 7786312805
Country
United Kingdom