Section one: Contracting authority
one.1) Name and addresses
Sexey’s School
Cole Road, Bruton
Somerset
BA10 0DF
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKK23 - Somerset
Internet address(es)
Main address
https://www.sexeys.somerset.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/722CX72X79
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
Sexey’s 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 Sexey’s School, part of Quantock Education Trust:
Sexey’s School,
Cole Road,
Bruton,
Somerset,
BA10 0DF
two.1.5) Estimated total value
Value excluding VAT: £1,087,494
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
Main site or place of performance
Somerset
two.2.4) Description of the procurement
The successful Supplier will be required to provide catering services for Sexey’s School, part of Quantock Education Trust:
Sexey’s School, Cole Road, Bruton, Somerset, BA10 0DF. Google URL: https://www.sexeys.somerset.sch.uk/
Sexey’s School is a state boarding school providing high quality education to students aged 11 to 18 in Bruton, Somerset. Therefore, the contract covers the scope for the provision of all catering services within the School, which also includes full boarding meals; breakfast, lunch and dinner, for students in residence. The majority of school students are non-boarders and therefore there will be a requirement for a fully compliant lunch service for cash paying students, as well as the requirement to service the various Lettings that are hosted by the School through the year.
There are approximately 670 students on roll, of which 67 are full time boarders, 102 board for 2 days, 6 board for 3 days and 1 boards for 4 days. The remaining students are day students.
The duration of the contract being offered is for an initial three-year period commencing on 01 September 2025, with the potential to extend for a further two 12-month periods. These extensions will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.
The School are seeking a suitably experienced education catering contractor who is able to evidence working within boarding house establishments and/or the independent education sector in order to evidence the capability of providing the service required. An existing presence within the Southwest would be beneficial although not essential for organisations looking to expand into the region. The successful contractor will already have or need to develop a strong operational base within the vicinity, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contractual term.
The services are currently inhouse and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
Please see SQ Document for more information.
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: £1,087,494
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/722CX72X79
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
21 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 April 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-Somerset:-School-catering-services./722CX72X79
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/722CX72X79
GO Reference: GO-2025219-PRO-29477502
six.4) Procedures for review
six.4.1) Review body
Sexey’s School
Cole Road, Bruton
Somerset
BA10 0DF
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom