- 1. South Gloucestershire Primary Schools catering cluster 1
- 2. Almondsbury Primary School
- 3. St Peter's C of E VC Primary School
- 4. St Pauls RC VA Primary School
- 5. Oldbury on Severn C of E Primary School
- 6. Olveston Primary School
- 7. St Chad's Patchway CE Primary School
- 8. Redfield Edge Primary School
- 9. Our Lady of Lourdes RC Primary School
- 10. St Augustine’s Primary School
- 11. Elm Park Primary School
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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