Awarded contract

Wargrave House School Catering Tender

  • Wargrave House School

F03: Contract award notice

Notice reference: 2021/S 000-028245

Published 11 November 2021, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

Wargrave House School

449 Wargrave Road

Newton-Le-Willows

WA12 8RS

Contact

Neil Mayers

Email

neil@rpj3group.co.uk

Telephone

+44 1516780193

Country

United Kingdom

NUTS code

UKD61 - Warrington

Internet address(es)

Main address

www.rpj3group.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970

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

Wargrave House 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

Wargrave House School are seeking to procure a provider for catering services. The main objective of this procurement exercise is to deliver the procurement that will enable them to source catering services for the school.

The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of school is supported.

This process is targeted to have a catering contract in place to commence in April 2022. Please note that this process covers all catering services within the school with full tender costings and proposals for the school for a contract start in April 2022. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for late November 2021. Tender responses deadline is planned as late-December 2021 and it is envisaged that interviews will take place in mid-January 2022. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington

two.2.4) Description of the procurement

Wargrave House School are seeking to procure a provider for catering services. The main objective of this procurement exercise is to deliver the procurement that will enable them to source catering services for the school.

The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of school is supported.

This process is targeted to have a catering contract in place to commence in April 2022. Please note that this process covers all catering services within the school with full tender costings and proposals for the school for a contract start in April 2022. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering service and support required by the school. Labour resource/relief cover is very important. We have set a minimum level of turnover for this tender at 250,000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP. Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for late November 2021. Tender responses deadline is planned as late-December 2021 and it is envisaged that interviews will take place in mid-January 2022. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).

two.2.5) Award criteria

Quality criterion - Name: as per procurement documents / Weighting: 100

Price - Weighting: 0

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 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-027444


Section five. Award of contract

Contract No

N/a

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

(MT Ref:224466)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit