Section one: Contracting authority
one.1) Name and addresses
Haygrove School
Durleigh Road, Bridgwater
Somerset
TA6 7HW
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