Tender

Ridgeway Education Trust - Catering

  • Ridgeway Education Trust

F02: Contract notice

Notice identifier: 2021/S 000-002131

Procurement identifier (OCID): ocds-h6vhtk-028fa9

Published 3 February 2021, 10:41am



Section one: Contracting authority

one.1) Name and addresses

Ridgeway Education Trust

Didcot Girls' School, Manor Crescent,

Didcot

OX11 7AJ

Contact

Lorraine Ashover

Email

tenders@minervapcs.com

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)