Section one: Contracting authority
one.1) Name and addresses
Basingstoke Primary Schools Cluster
Binfields Farm Lane, Chineham
Basingstoke
RG24 8AJ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ35 - South Hampshire
Internet address(es)
Main address
https://www.greatbinfields.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/5229N8M233
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
Basingstoke Primary Schools Cluster ~ 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 responsible for 7 primary schools in the Basingstoke area.
two.1.5) Estimated total value
Value excluding VAT: £2,680,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ35 - South Hampshire
Main site or place of performance
South Hampshire
two.2.4) Description of the procurement
Overton CE Primary School caters for children aged four to eleven (Reception to Year 6). It was founded in 1847 as a Church of England Foundation. The current main building was built in 1969 and was designed as a semi-open plan school for 210 children. The school was extended and upgraded in 1998, 2001 and 2012. The school underwent a multi-million-pound refurbishment in 2018 and we now have around 400 children in 14 classes with 2 classes per year group.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 380 children on roll and 45 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of child tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years in duration from 1 January 2024 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Overton CE Primary School for the duration of this contract.
The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive children for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the School, which currently includes 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 School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
The value of the current contract is: -
Sept 2022 – 31 May 2023
Cash sales£26,771
Free School Meals £5,814
Hospitality£1,000
Total£33,585
Overton CE Primary School. expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.
The School believes that success should be celebrated and that children should enjoy their time at school; if lessons are stimulating and challenging then children will love learning. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all children. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor.
As a school who are continually seeking ways to improve and develop the ethos and environment for children and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Contractor’s tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing dining area with an appreciation this is a multi-purpose space
Please be advised that this contract will be let on a 3 + 2 years basis.
Winklebury Junior School is in Basingstoke, Hampshire.
Please see SQ document for more 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: £2,680,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2024
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
25 August 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 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: 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-Basingstoke:-School-catering-services./5229N8M233" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Basingstoke:-School-catering-services./5229N8M233
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/5229N8M233" target="_blank">https://litmustms.co.uk/respond/5229N8M233
GO Reference: GO-2023718-PRO-23433589
six.4) Procedures for review
six.4.1) Review body
Basingstoke Primary Schools Cluster
Binfields Farm Lane, Chineham
Basingstoke
RG24 8AJ
Country
United Kingdom