Tender

SCC APC The Supply of Transport for School Meals 2021

  • Surrey County Council

F02: Contract notice

Notice identifier: 2021/S 000-005763

Procurement identifier (OCID): ocds-h6vhtk-029df4

Published 22 March 2021, 2:01pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

County Hall, Penrhyn Road

Kingston upon Thames

KT1 2DN

Contact

Andrew Clarke

Email

andrew.clarke@surreycc.gov.uk

Telephone

+44 2085419000

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Buyer's address

http://www.surreycc.gov.uk/

one.3) Communication

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

https://in-tendhost.co.uk/sesharedservices/aspx/Home

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SCC APC The Supply of Transport for School Meals 2021

Reference number

SCC - 032381

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

An open tender process to identify a provider for a reliable service for the supply of transport for school meals to primary schools that do not have kitchen facilities, which represents value for money. Twelve15 provides schools meals to the majority of Surrey’s schools under a contractual basis. The decision as to the procurement of school meals sits with each individual school. Schools must, by statute, provide free meals for eligible pupils and paid meals as requested. From September 2014 every primary school child in reception, year 1 and year 2, became entitled to a free school meal (Universal Free School Meals [UFSM]). The meals must be nutritious, high quality and freshly prepared using seasonal/local produce.The contract supports Council’s Twelve15 contractual obligations to provide school meals across2014, for all state-funded schools, including academies and free schools, to offer a free school lunch to all pupils in reception, year 1 and year 2.

two.1.5) Estimated total value

Value excluding VAT: £520,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

An open tender process to identify a provider for a reliable service for the supply of transport for school meals to primary schools that do not have kitchen facilities, which represents value for money. Twelve15 provides schools meals to the majority of Surrey’s schools under a contractual basis. The decision as to the procurement of school meals sits with each individual school. Schools must, by statute, provide free meals for eligible pupils and paid meals as requested. From September 2014 every primary school child in reception, year 1 and year 2, became entitled to a free school meal (Universal Free School Meals [UFSM]). The meals must be nutritious, high quality and freshly prepared using seasonal/local produce.The contract supports Council’s Twelve15 contractual obligations to provide school meals across2014, for all state-funded schools, including academies and free schools, to offer a free school lunch to all pupils in reception, year 1 and year 2.

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: £520,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Optional further extension of 12 months

two.2.10) Information about variants

Variants will be accepted: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Any such requirements will be included in the invitation to tender.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Any such requirements will be included in the invitation to tender.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 April 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.https://www.sesharedservices.org.uk/esourcing/opportunitiesThe SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales — High Court of Justice

Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom