Section one: Contracting authority
one.1) Name and addresses
Marlow Education Trust
West Street, Marlow
Buckinghamshire
SL7 2BR
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
https://www.marlowet.org/MarlowEducationTrust
one.1) Name and addresses
Sir William Borlase’s Grammar School
West Street, Marlow
Buckinghamshire
SL7 2BR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
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
https://litmustms.co.uk/respond/2T28BWYS45
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
Marlow 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 Cleaning services for Marlow Education Trust at the following School:
Sir William Borlase’s Grammar School
West Street, Marlow SL7 2BR
two.1.5) Estimated total value
Value excluding VAT: £1,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance
Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
Basis of Contract
The Trust is currently seeking a catering contractor with ample experience to provide catering services at Sir William Borlase's Grammar School. The contractor will need to be highly creative and innovative, and able to introduce new food concepts that cater to the diverse range of pupil tastes and dietary requirements. As the school places a strong emphasis on extracurricular activities, it is essential that the chosen contractor has extensive knowledge and expertise in providing healthy food options which are fresh, seasonal and locally sourced and prepared at the school. This includes being well-versed in nutritional standards and requirements and ensuring that the menus are designed to fuel pupils throughout the day. Additionally, the contractor will be expected to conduct a comprehensive review of the current catering services and provide recommendations on how to enhance the existing offerings. The main aim of this exercise is to deliver a superior catering experience that aligns with the school's vision and values.
The chosen contractor must propose innovative ways to make the contract more environmentally friendly and carbon neutral. This should apply to both the contract delivery and the contractor's organization, following the environmental policies of Sir William Borlase's Grammar School. The contractor's approach to sustainability must align with that of the school.
The contract being tendered is from 1st January 2025 until 31st December 2028 for an initial 3-year period with an option to extend for a further 2 years at the discretion of the client. The contract will operate as a guaranteed performance Contract, with the successful contractor offering the school a guaranteed return/ cost for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
The contract offered covers the scope for the provision of all catering services within the School, which currently includes, breakfast mid-morning break, lunch, all hospitality, and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the Trust prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.
Contract value:
Sales performance per annum is circa £340,000
The value of the new contract is circa £1,700,000 (Current annual contract cost, multiplied by 5, being the maximum 5-year term of the contract)
Other notes:
•Please be advised that this contract will be let on a 3 + 1 + 1 year basis.
•Please be advised that there are not currently any catering staff in the LGPS
•Please be advised that the catering service is currently contracted to Innovate.
•Please be advised that the School has a minimum requirement for a contractor’s employer liability/ public liability and professional indemnity insurance of £10m
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m
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: £1,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 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
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 June 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 July 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-Buckinghamshire:-School-catering-services./2T28BWYS45
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/2T28BWYS45
GO Reference: GO-2024515-PRO-26050134
six.4) Procedures for review
six.4.1) Review body
Marlow Education Trust
West Street, Marlow
Buckinghamshire
SL7 2BR
Country
United Kingdom