Section one: Contracting authority
one.1) Name and addresses
Ridgeway Education Trust
Didcot Girls' School, Manor Crescent,
Didcot
OX11 7AJ
Contact
Lorraine Ashover
Telephone
+44 1256467107
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
Internet address(es)
Main address
https://www.ridgewayeducationtrust.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/minervapcs/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/minervapcs/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Education institute
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ridgeway Education Trust - Catering
Reference number
MPN-10168
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Ridgeway Education Trust is currently out to tender for the provision of a full daily catering service.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the three Trust schools. This will consist of breakfast, morning break, and a full lunch service for each school day at the secondary school and a full lunch service at the primary school.There are a wide range of facilities available on all school sites including a 6th Form Cafe outlet.TUPE will apply to the contract and several members of the catering team are in the Local Government Pension Scheme. All details are in the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £2,965,650
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
Didcot Girls School and St Birinus School
Lot No
1
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Manor Crescent, Didcot, OX11 7AJ and Mereland Road, Didcot, OX11 8AZ
two.2.4) Description of the procurement
Ridgeway Education Trust is currently out to tender for the provision of a full daily catering service.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the two secondary school. This will consist of breakfast, morning break and a full lunch service for each school day. There are a number of serving outlets across both sites.TUPE will apply and several staff are members of the Local Government Pension Scheme.
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: £2,777,550
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial period of three years with two possible extensions of 12 months meaning a maximum contract length of fiveyears.
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
The duration detailed above includes the initial term of three years as well as the two optional contract extension periods of 12 months each.
two.2) Description
two.2.1) Title
Sutton Courtenay Church of England Primary School
Lot No
2
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Bradstocks Way, Sutton Courtenay, Abingdon, Oxon, OX14 4DA
two.2.4) Description of the procurement
Ridgeway Education Trust is currently out to tender for the provision of a full daily catering service.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the school. This will consist of a full lunch service for each school day. The catering facilities at the School include the main dining area/servery.TUPE is expected to apply, details of which can be found in the tender documentation.One member of the catering team is a member of the Local Government Pension Scheme and all details are in the tender documentation.
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: £188,100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial period of three years with two possible extensions of 12 months meaning a maximum contract length of five years.
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
The duration detailed above includes the initial term of three years as well as the two optional contract extension periods of 12 months each.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 April 2021
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: Yes
Estimated timing for further notices to be published: Further notices will be published in 2024, 2025 or 2026 dependent on whether optional extensions are exercised.
six.3) Additional information
CPV code 55524000-9, falls under Schedule 3 Health and Social Services which is governed by Regulation 74-76 meaning the GPA is not applicable.
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Ridgeway Education Trust will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)