Tender

South Gloucestershire Primary Schools catering cluster 1 ~ Catering tender

  • South Gloucestershire Primary Schools catering cluster 1
  • Almondsbury Primary School
  • St Peter's C of E VC Primary School
  • St Pauls RC VA Primary School
  • Oldbury on Severn C of E Primary School
Show 6 more buyers Show fewer buyers
  • Olveston Primary School
  • St Chad's Patchway CE Primary School
  • Redfield Edge Primary School
  • Our Lady of Lourdes RC Primary School
  • St Augustine’s Primary School
  • Elm Park Primary School

F02: Contract notice

Notice identifier: 2023/S 000-004038

Procurement identifier (OCID): ocds-h6vhtk-03a45a

Published 9 February 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

South Gloucestershire Primary Schools catering cluster 1

St Peter’s CofE Primary School, Ellfield Close

Bristol

BS13 8EF

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.stpeterscofeprimary.co.uk

one.1) Name and addresses

Almondsbury Primary School

Sundays Hill, Almondsbury

Bristol

BS32 4DS

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.almondsburyprimary.co.uk

one.1) Name and addresses

St Peter's C of E VC Primary School

Ellfield Close

Bristol

BS13 8EF

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.stpeterscofeprimary.co.uk

one.1) Name and addresses

St Pauls RC VA Primary School

Sundridge Park, Yate

South Gloucestershire

BS37 4EP

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.stpaulscatholicprimary.co.uk

one.1) Name and addresses

Oldbury on Severn C of E Primary School

Church Lane, Oldbury-on-Severn

Bristol

BS35 1QG

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.oldburyschool.org.uk

one.1) Name and addresses

Olveston Primary School

Elberton Road, Olveston

Bristol

BS35 4DB

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.olvestonschool.co.uk

one.1) Name and addresses

St Chad's Patchway CE Primary School

Cranham Drive, Patchway

Bristol

BS34 6AQ

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.stchadsprimaryschool.co.uk

one.1) Name and addresses

Redfield Edge Primary School

High Street, Oldland Common

Bristol

BS30 9TL

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://redfieldedgeprimary.co.uk

one.1) Name and addresses

Our Lady of Lourdes RC Primary School

2 Court Road, Kingswood

Bristol

BS15 9QB

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.ourladyoflourdesprimaryschool.org.uk

one.1) Name and addresses

St Augustine’s Primary School

42 Boscombe Crescent, Downend

Bristol

BS16 6QR

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.staugustinedownend.org.uk

one.1) Name and addresses

Elm Park Primary School

Nicholls Lane, Winterbourne

Bristol

BS36 1NF

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

http://www.elmparkprimary.com

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://www.litmustms.co.uk

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

South Gloucestershire Primary Schools catering cluster 1 ~ Catering tender

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Suppliers are required to submit for ALL LOTS, a Separate SQ response for every school in the cluster is required.

Please see the below for the access links to SQs for each lot.

LOT 1 Holy Family https://litmustms.co.uk/respond/4VXS7W9F26

Lot 2 Almondsbury Primary https://litmustms.co.uk/respond/7DM34D7T4R

Lot 3 St Peters Primary https://litmustms.co.uk/respond/3E5EJ5J329

lot 4 St Pauls https://litmustms.co.uk/respond/6A5C96F833

Lot 5 Oldbury https://litmustms.co.uk/respond/V9FV6KFCE6

Lot 6 Olveston https://litmustms.co.uk/respond/GXH7KQNR7M

Lot 7 St Chads https://litmustms.co.uk/respond/45PVYQPU8E

Lot 8 Redfield https://litmustms.co.uk/respond/7KR8W9E545

Lot 9 Our Lady https://litmustms.co.uk/respond/858V64GQ24

Lot10 At Augustines https://litmustms.co.uk/respond/W63V76GW9H

Lot11 Elm Park https://litmustms.co.uk/respond/V32CGX2WTS

two.1.5) Estimated total value

Value excluding VAT: £3,286,164

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

Lot 1 Holy Family Catholic Primary School

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

The contract/s cover the scope for the provision of all catering services within the schools, which also includes free issue requirements.

Contract value for the cluster of schools is circa £657.3K per annum.

The tender will be managed on a group basis; however, each school will have their own individual operational budget and contract and will appoint the Supplier that they would like for their school. Suppliers are required to submit a proposal for every school in the cluster and to provide a consolidated view of their overall bid submission. Please see the contract notice for the links to access the SQs for the separate lots. As the contract will not necessarily be awarded on a group basis, Suppliers will have the option to show any additional financial benefits on a separate upload, if more than one school were to be awarded to that Supplier.

With regard to the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. The successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. After the ten-day standstill period, Suppliers MUST contact the pensions authority so that the ABS agreement can proceed. Current pension contribution rates and TUPE information provided are to be used within the Supplier’s submission of labour costs.

NB: Please note that the successful contractor will pay a proportion of the procurement consultancy fee on award of each contract, which will be to the value of £1,750.00 plus VAT per school.

This fee will be invoiced immediately after the 10-day standstill period. To ensure transparency, you will clearly show within your management fee a breakdown of this fee, over the initial three-year length of the contract. The total fee will be paid by the successful contractor/s, in full to Litmus, by no later than Friday 30 June 2023.

Additional schools may join this tender, and you will be notified if this is the case.

The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.

Please note all the schools will be visited over three days on 24,25,26 April 2023 as follows:

•24 April 2023 ~ Almondsbury, St Chad’s Patchway, Holy Family Catholic, and St Augustine of Canterbury Primary Schools.

•25 April 2023 ~ Olveston, Oldbury on Severn, St Paul’s Catholic, and Elm Park Primary Schools.

•26 April 2023 ~ St Peter’s, Our Lady of Lourdes, and Redfield Edge Primary Schools.

Suppliers are to arrive at the relevant school’s reception 10 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.

Please note that no further unit site visits will be held after these dates.

Suppliers’ site visit attendees and DBS numbers must be notified to Neil Cook NeilCook@litmuspartnership.co.uk for all site visit dates by 12:00 20April 2023.

Visitors who have not had their DBS provided in advance may be denied entry to Schools.

Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken, they should have their current DBS certificates with them.

The contract/s are offered on a ‘guaranteed performance’ basis. UiFSM & FSM meals shall be at margin and are charged on consumption. Hospitality and free issues are also 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.

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: £322,392

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

two.2.14) Additional information

LOT 1 https://litmustms.co.uk/respond/4VXS7W9F26

two.2) Description

two.2.1) Title

Lot 2 Almondsbury Primary School

Lot No

2

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £491,568

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

two.2.14) Additional information

Lot 2 https://litmustms.co.uk/respond/7DM34D7T4R

two.2) Description

two.2.1) Title

Lot 3 St Peter's C of E VC Primary School

Lot No

3

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £261,744

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

two.2.14) Additional information

Lot 3 https://litmustms.co.uk/respond/3E5EJ5J329

two.2) Description

two.2.1) Title

Lot 4 St Pauls RC VA Primary School

Lot No

4

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £323,988

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

two.2.14) Additional information

lot 4 https://litmustms.co.uk/respond/6A5C96F833

two.2) Description

two.2.1) Title

Lot 5 Oldbury-on-Severn Primary School

Lot No

5

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £65,436

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

two.2.14) Additional information

Lot 5 https://litmustms.co.uk/respond/V9FV6KFCE6

two.2) Description

two.2.1) Title

Lot 6 Olveston CE VC Primary School

Lot No

6

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £282,492

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

two.2.14) Additional information

Lot 6 https://litmustms.co.uk/respond/GXH7KQNR7M

two.2) Description

two.2.1) Title

Lot 7 St. Chad's Patchway Primary School

Lot No

7

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £327,180

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

two.2.14) Additional information

Lot 7 https://litmustms.co.uk/respond/45PVYQPU8E

two.2) Description

two.2.1) Title

Lot 8 Redfield Edge Primary School

Lot No

8

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £330,372

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

two.2.14) Additional information

Lot 8 https://litmustms.co.uk/respond/7KR8W9E545

two.2) Description

two.2.1) Title

Lot 9 Our Lady of Lourdes Primary School

Lot No

9

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £290,472

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

two.2.14) Additional information

Lot 9 https://litmustms.co.uk/respond/858V64GQ24

two.2) Description

two.2.1) Title

Lot 10 St Augustine's Primary School

Lot No

10

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £279,300

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

two.2.14) Additional information

Lot10 https://litmustms.co.uk/respond/W63V76GW9H

two.2) Description

two.2.1) Title

Lot 11 Elm Park Primary School

Lot No

11

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance

Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

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: £311,220

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

two.2.14) Additional information

Lot11 https://litmustms.co.uk/respond/V32CGX2WTS


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

Accelerated procedure

Justification:

Contract start date 1st August 2023

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

17 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.

To view this notice, please click here:

https://litmustms.co.uk/delta/viewNotice.html?noticeId=758535321" target="_blank">https://litmustms.co.uk/delta/viewNotice.html?noticeId=758535321

GO Reference: GO-202329-PRO-22088844

six.4) Procedures for review

six.4.1) Review body

South Gloucestershire Primary Schools catering cluster 1 ~ Catering tender

Holy Family Catholic Primary

Bristol

Country

United Kingdom