Section one: Contracting authority
one.1) Name and addresses
Cleeve School & Sixth Form Centre of Excellence
Two Hedges Road, Bishops Cleeve, Cheltenham
Gloucestershire
GL52 8AE
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK13 - Gloucestershire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/T6PQV43CA2
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
Cleeve School & Sixth Form Centre of Excellence ~ 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 Cleeve School & Sixth Form Centre of Excellence.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK13 - Gloucestershire
Main site or place of performance
Gloucestershire
two.2.4) Description of the procurement
Cleeve School offers consistently outstanding teaching and an innovative and highly personalised curriculum, where literacy and numeracy skills are secured as firm bedrocks. We aspire to be exceptional on everything we do and we achieve this by collaborating, both in terms of teams within the School and also in terms of organisations and ‘best practise’ elsewhere.
The School provides a safe and stimulating environment, where mutual respect threads through the celebrated ethos of care, support and guidance. In preparing students for the world beyond school, we firmly believe in high standards of dress and attitude, so that good manners, tolerance and understanding underpin everything we do. Tradition is important ~ and we hold on to our traditions and high expectations, whilst also thoroughly embracing innovation and a 21st century approach to learning.
The School has a well-defined vision for the period of this catering contract: ‘Our Students and staff see our catering as first rate and as a key part of the day’s offer’ https://www.cleeveschool.net/3-5-Year-Strategy-2022/doc/index.html
There are currently 1570 pupils and 190 staff, this number has increased in recent years due to housing developments in the local area. In recent years the School has made significant investments to increase the size of the well equipped kitchen and upgrade dining room furniture. A second satellite Bistro kitchen and indoor dining area has been developed, there are two outdoor pods. The Sixth Form Centre of Excellence also have their own dedicated and separate satellite kitchen and indoor seating areas.
The catering contract being offered will commence on 1 August 2022 for an initial period of three years, concluding on 31 July 2025, and will be offered on a guaranteed performance basis, with a service on each of the 190 full academic days and by agreement for the 5 inset days. Annual spend is circa £300K.
The successful contractor is expected to have a good local operational presence, as specialist caterers in the secondary school and/or FE sector.
The contract covers the scope for the provision of catering services within the School, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free school meals and hospitality will be charged at cost price, based on consumption. Meal Deal Tariff is currently £2.40 and FSM is at a cost of £1.30. The School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site.
See SQ Document for further details.
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: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2025
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
5 November 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 November 2021
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-Gloucestershire:-School-catering-services./T6PQV43CA2
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/T6PQV43CA2
GO Reference: GO-2021924-PRO-18966803
six.4) Procedures for review
six.4.1) Review body
Cleeve School & Sixth Form Centre of Excellence
Gloucestershire
Country
United Kingdom