Section one: Contracting authority
one.1) Name and addresses
Rednock School
Kingshill Road
Dursley
GL11 4BY
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKK13 - Gloucestershire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/6FNTYN5TPT
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
Rednock School ~ Catering
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 Rednock School.
two.1.5) Estimated total value
Value excluding VAT: £1,345,000
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 Rednock School.
All students are welcomed into Rednock School and encouraged to achieve their full potential, following a personalised pathway to success. Rednock is an inclusive school where everyone matters. We work hard to create a positive and supportive ethos, placing great importance on the successful transition between primary and secondary school. As a school we seek to develop, to the full, the intellectual, physical, social, moral, spiritual, and cultural potential of each student. Every student is expected to learn and succeed in an environment of mutual respect for themselves and others. We want all our students to develop into responsible, capable, and caring citizens of the future.
Rednock Sixth Form has a long history of giving students exceptional opportunities to reach their potential. Our aim is to ensure that every student succeeds. At the heart of our Sixth Form is the belief that personal success through reaching individual goals and ambitions is our core purpose. This is underpinned through an increasingly rich and active enrichment programme that provides students with a huge range of opportunities. This is matched with a strong ethos of academic success that encourages every student to challenge themselves and strive to be the best they can be.
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 2023, concluding on 31 July 2026, 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. Cash Meal Deals are to be at a maximum of £2.50, with Free School Meals provided for 185 of the total 1200 pupils charged on consumption with margin applied. Free School Meal eligible pupils must be able to choose ANY meal deal provided to other pupils, using their daily allowance. Hospitality and free issues are recharged on consumption at “net” food cost only.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide detailed information of any equipment felt necessary. Bidders must provide the equipment make, model and cost and 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 School is receptive to contractor’s ideas for improvements such as:
•The removal of all single use plastic from drinks from the start of the contract
•The use of only bio-degradable packaging from the start of the contract
•The reduction of queues from the main dining area by provision of a hot and cold grab & go offer to pupils in the DT atrium
•A clear focus on sustainability
•The reduction and control of catering related litter from all dining and non-dining areas from the start of the contract
•The consistent quality of packed lunches offered to FSM eligible pupils on School trips
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. 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 achieve this will be detailed along with examples of where this has recently been undertaken within similar contracts.
See SQ document for further details.
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: £1,345,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2028
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
10 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 April 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
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-Dursley:-School-catering-services./6FNTYN5TPT" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Dursley:-School-catering-services./6FNTYN5TPT
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/6FNTYN5TPT" target="_blank">https://litmustms.co.uk/respond/6FNTYN5TPT
GO Reference: GO-202321-PRO-22021322
six.4) Procedures for review
six.4.1) Review body
Rednock School
Dursley
Country
United Kingdom