Tender

Haygrove School ~ Catering Tender

  • Haygrove School

F02: Contract notice

Notice identifier: 2024/S 000-018087

Procurement identifier (OCID): ocds-h6vhtk-046f34

Published 11 June 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Haygrove School

Durleigh Road, Bridgwater

Somerset

TA6 7HW

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKK23 - Somerset

Internet address(es)

Main address

https://www.haygroveschool.co.uk/

one.3) Communication

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

https://litmustms.co.uk/respond/39T8SYCG43

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

Haygrove School ~ 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 Haygrove School, part of Quantock Education Trust

two.1.5) Estimated total value

Value excluding VAT: £2,525,550

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset
Main site or place of performance

Somerset

two.2.4) Description of the procurement

The successful Supplier will be required to provide catering services for Haygrove School, part of Quantock Education Trust:

Haygrove School,

Durleigh Road,

Bridgwater,

Somerset,

TA6 7HW

Google URL: https://maps.app.goo.gl/S4B263Ztw5m2S8gd8

Haygrove School is a co-educational Secondary School for Years 7 to 11. In recent years, the school underwent a full new build, however, due to completion issues, the new building is not fit for purpose and is due to be rebuilt over the coming years. As such, the school facilities are currently housed within temporary mobile units, this includes the dining area and kitchen. The kitchen itself is fully equipped with all necessary facilities in order to deliver a full secondary food offer.

The contract covers the scope for the provision of all catering services within the School, which also includes all hospitality and free issue requirements.

The School also acts as a production kitchen for two Primary Schools within the local area; Enmore C of E Primary School and St Josephs RC Primary School. It is anticipated that this service will continue into this new contract.

The duration of the contract being offered is for an initial three-year period commencing on 01 January 2025, with the potential to extend for a further three 12-month periods. These extensions will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full six years.

The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.

The School are seeking a suitably experienced, education catering contractor who is able to evidence working within Secondary Schools. An existing presence within the Southwest would be beneficial although not essential for organisations looking to expand into the region. The successful contractor will already have or need to develop a strong operational base within the vicinity, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contractual term.

The services are currently outsourced and TUPE is expected to apply. It is possible that some of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

The School wishes to achieve as a result of this tender process:

1.The provision of a colourful, healthy and balanced food offer that will move away from a typically ‘beige’ counter. This should be inclusive of those with special dietary requirements.

2.An innovative and flexible menu that is in keeping with current food trends. Offering frequent themed menus and initiatives that support the curriculum and various school led activities, ensuring the food offer remains varied and enticing to its customers.

3.A more sustainable catering operation, moving away from a heavy use of disposables and single use plastics.

4.A suitable, effective marketing campaign in order to maximise on sales revenue, thus resulting in a cost efficient service.

5.A partnership with the successful contractor in order to develop the existing service, as well as the potential need for consultancy during the new building works to ensure the kitchen and equipment proposed by the building contractors is fit for purpose.

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: £2,525,550

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

Start date

1 January 2025

End date

31 December 2030

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

12 July 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 August 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-Somerset:-School-catering-services./39T8SYCG43

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/39T8SYCG43

GO Reference: GO-2024611-PRO-26553349

six.4) Procedures for review

six.4.1) Review body

Haygrove School ~ Catering Tender

Durleigh Road, Bridgwater

Somerset

TA6 7HW

Country

United Kingdom