Section one: Contracting authority
one.1) Name and addresses
Felpham Community College
Felpham Way, Felpham, Bognor Regis
West Sussex
PO22 8EL
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
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/463HW5WSX6
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
Felpham Community College ~ 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 tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities at this school, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
two.1.5) Estimated total value
Value excluding VAT: £1,475,635
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Surrey, East and West Sussex
two.2.4) Description of the procurement
The School
Felpham Community College in West Sussex, is a large local authority maintained secondary school with sixth form for 1,600 students 170 staff. The current service provides food at breakfast (8:00am to 8:30am), morning break (10:30am to 10:50am), and lunch (12:30pm to 13:05pm). There are currently three outlets where staff and students can purchase hot and cold food. They are the main hall, external catering pod on the Blake and Earnest Joyce playgrounds.
The tender
The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities at this school, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 with the option to extend for up to a further two years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful contractor offering the school a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the school for the duration of this contract.
The school year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the school, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost.
Whilst the school prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.
The school expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The school expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.
The school believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.
As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed.
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: £1,475,635
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2024
End date
31 July 2029
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
Accelerated procedure
Justification:
August Start date
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
20 March 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2024
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-West-Sussex:-School-catering-services./463HW5WSX6" target="_blank">https://litmustms.co.uk/tenders/UK-UK-West-Sussex:-School-catering-services./463HW5WSX6
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/463HW5WSX6" target="_blank">https://litmustms.co.uk/respond/463HW5WSX6
GO Reference: GO-202431-PRO-25388861
six.4) Procedures for review
six.4.1) Review body
Felpham Community College
Felpham Way, Felpham, Bognor Regis
West Sussex
PO22 8EL
Country
United Kingdom