Tender

Maidenhill School ~ Catering Tender

  • Maidenhill School

F02: Contract notice

Notice identifier: 2025/S 000-002688

Procurement identifier (OCID): ocds-h6vhtk-04d666

Published 27 January 2025, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Maidenhill School

Kings Road, Stonehouse

Gloucestershire

GL10 2HA

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKK13 - Gloucestershire

Internet address(es)

Main address

https://www.maidenhill.gloucs.sch.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/396ZSCG6M5

Additional information can be obtained from another address:

Maidenhill School

Kings Road, Stonehouse

Gloucestershire

GL10 2HA

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKK13 - Gloucestershire

Internet address(es)

Main address

https://www.maidenhill.gloucs.sch.uk/

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

Maidenhill School ~ 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 will be required to provide catering services for Maidenhill School.

two.1.5) Estimated total value

Value excluding VAT: £910,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK13 - Gloucestershire
Main site or place of performance

Gloucestershire

two.2.4) Description of the procurement

The successful Supplier will be required to provide catering services for Maidenhill School.

In 2012, Maidenhill School had become clear that there was a need for refurbishment of the outdated main building which formed a stark contrast with the modern sports hall completed in 2011. In February 2014, after 18 months of building work, Maidenhill School's £3.8 million refurbishment was finally complete. The result was a transformation both inside and out.

Our mantra ‘Be Kind, Aspire, Persevere, Achieve’, underpins everything we believe in. We are renowned within Gloucestershire for working with our parents and for treating students as individuals and not statistics. Our focus more than ever is to raise aspiration, teaching virtues of responsibility and resilience; ultimately, ensuring students receive excellent qualifications that open the doors of opportunity.

The contract covers the scope for the provision of all catering services within the School, including hospitality and free issue requirements.

The duration of the contract offered is three years commencing on 1 August 2025, concluding on 31 July 2028, with the opportunity to extend by up to an additional two years at the discretion of the 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. Currently the cash meal deal price is £3.50 for all meals, including FSM, however in order to maintain the tariff at this level the client will need clear commitments and proposals regarding both improved quality and value for money. Approximately 130 of the current 728 pupils currently qualify for Free School Meals.

There is currently no breakfast service, however the client would like to explore viable options to introduce this. There is currently a 20 minute mid-morning break and a 35 minute lunch period.

It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide details of such requirements by providing detailed information of the equipment necessary. Bidders must provide the equipment make, model and cost and also a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at the School’s’ discretion, subject to the method of obtaining the investment for the required equipment.

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 Maidenhill School. It is expected that menus will feature and utilise products in season.

Customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response your methodology to this will need to be detailed along with examples of where this has been undertaken within similar contracts recently.

The successful contractor should have similar operations within the local area thus ensuring that the Operational Management Team responsible for the contract is available for regular visits and support for the contract, and that coverage for any planned or unplanned leave from within the establishment staffing structure can be easily provided.

A Civica biometric cashless system is already in operation, with thee tills and a balance checker that requires updating. The client would like to explore options for Plasma screens, to support an agreed programme of promotional activities.

The successful Supplier will work closely with the Client to manage the provision of catering and the overall ‘meal experience. The value of the current catering contract is circa £182K.

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: £910,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2025

End date

31 July 2030

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


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

7 March 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 March 2025

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Gloucestershire:-School-catering-services./396ZSCG6M5

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/396ZSCG6M5

GO Reference: GO-2025127-PRO-29233009

six.4) Procedures for review

six.4.1) Review body

Maidenhill School

Kings Road, Stonehouse

Gloucestershire

GL10 2HA

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom