Section one: Contracting authority
one.1) Name and addresses
Castle School Education Trust
C/O Mangotsfield School, Rodway Hill
Bristol
BS16 9LH
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
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/66NHR96TD9
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
Castle School Education Trust ~ 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 Castle School Education Trust (CSET).
The seven schools within the tender are:
The Castle School, Park Road, Thornbury, South Gloucestershire, BS35 1HT
Marlwood School, Vattingstone Lane, Alveston, South Gloucestershire, BS35 3LA
Downend School, Westerleigh Road, Downend, South Gloucestershire, BS16 6XA
Mangotsfield School, Rodway Hill, Mangotsfield, Bristol, BS16 9LH
Charfield Primary School, Wotton Road, Charfield, South Gloucestershire, GL12 8TG
Lyde Green Primary School, Willowherb Road, Emersons Green, Bristol, BS16 7LH
Severn Beach Primary School, Ableton Lane, Severn Beach, South Gloucestershire, BS35 4PP
two.1.5) Estimated total value
Value excluding VAT: £3,970,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
The successful Supplier is expected to have a strong local presence, as specialist caterers in the Secondary and Primary school sector.
The contract will commence on 1 April 2022 for an initial period of three years, with the opportunity to extend for a further period of two years at the discretion of the governing body.
The contract covers the scope for the provision of catering services within the schools, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School Meals in Secondary schools and Hospitality in all Schools will be charged at net cost on consumption. Free School Meals and UiFSM shall be charged at margin in Primary Schools.
The schools expect the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site.
All schools intend to focus heavily on healthy, fresh, seasonal, locally sourced produce and see the catering service as an exciting opportunity to complement the overall uptake, student and parent experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience.
The Senior Leadership Team and Trustees have identified ‘value for money’ as a priority to parents and this is perceived as key to encourage an increased uptake of the overall catering service provided. The successful Supplier will work closely with the schools to manage the provision of catering and the overall ‘meal experience’, with pupil education on making healthy dietary choices being an important part of their educational experience.
The client requires the successful contractor to be extremely engaged in leveraging the catering service, to the benefit of pupils across the Trust and the local community alike, proactively supporting an active school calendar, with multiple promotions in any given month. A pupil centric ethos is required in practise, continuing the high level of pupil engagement that the Schools have previously developed.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide details of such requirements by providing detailed information of the equipment necessary. Bidders must provide the equipment make, model and cost and also a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at the Schools’ discretion, subject to the method of obtaining the investment for the required equipment.
Contract Value = £794K per annum
Please see SQ document for further 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: £3,970,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2027
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
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
9 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 September 2021
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Bristol:-School-catering-services./66NHR96TD9
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/66NHR96TD9
GO Reference: GO-2021511-PRO-18225843
six.4) Procedures for review
six.4.1) Review body
Castle School Education Trust
C/O Mangotsfield School, Rodway Hill
Bristol
BS16 9LH
Country
United Kingdom