Section one: Contracting authority
one.1) Name and addresses
The Federation of Bursledon C of E Infant and Bursledon Junior Schools
Long Lane, Bursledon, Southampton
Hampshire
SO31 8BZ
operations@invictuspartnership.com
Telephone
+44 2081332224
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
https://www.bursledonschools.co.uk/index.asp
one.1) Name and addresses
Hatch Warren Infant School
Gershwin Road
Basingstoke
RG22 4PQ
operations@invictuspartnership.com
Telephone
+44 2081332224
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
https://www.hwis.hants.sch.uk/
one.1) Name and addresses
St Faith's Church of England Primary School
St Faith’s Road
Winchester
SO23 9QB
operations@invictuspartnership.com
Telephone
+44 2081332224
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
https://www.st-faiths.hants.sch.uk/
one.1) Name and addresses
Stanmore Primary School
Stanmore Lane
Winchester
SO22 4AJ
operations@invictuspartnership.com
Telephone
+44 2081332224
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
https://www.stanmore.hants.sch.uk/
one.1) Name and addresses
Stockbridge Primary and Pre-school
Old London Road
Stockbridge
SO20 6EJ
operations@invictuspartnership.com
Telephone
+44 2081332224
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
https://stockbridgeprimary.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://invictus-inport.com/tenders/UK-UK-Hampshire:-School-catering-services./9Q4998Y2V5
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
Hampshire Cluster 2 - Catering Services Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Hampshire Schools Cluster 2 are seeking Catering service providers to tender for the provision of all catering services presently offered within the Schools, which currently includes some morning break, lunch and all hospitality and free issue requirements.
two.1.5) Estimated total value
Value excluding VAT: £2,215,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Hampshire and Isle of Wight
two.2.4) Description of the procurement
With a principal focus on primary education, the Schools of Hampshire Cluster 2 continue to develop students’ learning capabilities and interests and lay a solid foundation in their students, to deepen their knowledge, skills, values and attitudes when they proceed to secondary education. The goals of their education, incorporate the importance of nurturing physical and mental development via active learning, improving information literacy and encouraging a healthy lifestyle.
Hampshire Schools Cluster 2 are seeking Catering service providers to tender for the provision of all catering services presently offered within the Schools, which currently includes some morning break, lunch and all hospitality and free issue requirements.
The contract will be for three years in duration, with the option to extend for a further one period of up to two years and with a commencement date of 1st April 2024.
Full details will be included in the Invitation to Tender.
TUPE regulations apply to this contract, which involves the transfer of existing catering staff, of which some may be members of the Local Government Pension Scheme, requiring arrangements to be made for 'Admitted Body' status with the relevant pension fund.
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: £2,215,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
27 October 2023
Local time
4:00pm
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://invictus-inport.com/tenders/UK-UK-Hampshire:-School-catering-services./9Q4998Y2V5" target="_blank">https://invictus-inport.com/tenders/UK-UK-Hampshire:-School-catering-services./9Q4998Y2V5
To respond to this opportunity, please click here:
https://invictus-inport.com/respond/9Q4998Y2V5" target="_blank">https://invictus-inport.com/respond/9Q4998Y2V5
GO Reference: GO-2023920-PRO-23995292
six.4) Procedures for review
six.4.1) Review body
The Federation of Bursledon C of E and Infant Bursledon Junior Schools
Long Lane, Bursledon, Southampton
Hampshire
SO31 8BZ
Country
United Kingdom