Section one: Contracting authority
one.1) Name and addresses
The Chase School
The Chase School, Geraldine Road
Malvern
WR14 3NZ
Contact
Maria Robinson-Pus
Telephone
+44 1256467107
Country
United Kingdom
NUTS code
UKG12 - Worcestershire
Internet address(es)
Main address
http://www.chase.worcs.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/minervapcs/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/minervapcs/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Education Institute
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Chase School - Catering Services
Reference number
MPN-10256
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The Chase School is currently out to tender for the provision of a full daily catering service.The services at the school are currently outsourced.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the school. This will consist of breakfast and morning breaks at some sites and full lunch service for each school day at all sites. The school is split over two sites: catering facilities at the school include the main dining areas and servery, a sixth form cafe, an extra 'Oasis' servery and a classroom know as 'M3'.Across the school there are currently 1372 pupils on roll for the academic year 2022/23. Of this figure, 198 pupils are entitled to Free School Meals. TUPE is expected to apply, details of which can be found in the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £1,395,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG12 - Worcestershire
two.2.4) Description of the procurement
The Chase School is currently out to tender for the provision of a full daily catering service.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the school. This will consist of a sixth form cafe from 09.30am, morning break and a full lunch service for each school day over all sites. The catering facilities at the School include the main dining area/servery, plus a sixth form cafe, a site known as 'Oasis' and a classroom known as 'M3'. All outlets are available to all pupils [with the exception of the 6th Form Cafe which is reserved for the 6th Form pupils. staff also use this cafe. There are currently 1372 pupils on roll for the academic year 2022/2023. Of this figure, 198 pupils are entitled to free school meals. TUPE is expected to apply, details of which can be found in the tender documentation.The school is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.The school is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £1,395,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial period of three years with four possible extensions of six months each meaning a maximum contract length of five years.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 July 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 September 2023
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: Yes
Estimated timing for further notices to be published: Further notices will be published in 2025, 2026 or 2027
six.3) Additional information
CPV code 55524000-9, falls within Schedule 3 of the Public Contracts Regulations 2015 as a Social and Other Specific Service, therefore the procurement procedure is governed by Section 7 of Part 2 (Regulations 74-77) of those Regulations.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Chase School will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)
six.4.4) Service from which information about the review procedure may be obtained
High Court
Strand
London
WC2A 2LL
Country
United Kingdom