Section one: Contracting authority
one.1) Name and addresses
University of Cambridge Primary School
Eddington Avenue
Cambridge
CB3 0QZ
Contact
Steve Parker
Telephone
+44 1256467107
Country
United Kingdom
NUTS code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://universityprimaryschool.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/minervapcs/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/minervapcs/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Education Institute
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
University of Cambridge Primary School
Reference number
MPN-10232
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
University of Cambridge Primary School is currently out to tender for the provision of a full daily catering service. The contract is to commence on 01/09/2023The services at the school are outsourced.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the school. This will consist of a full lunch service and after school service for each school day at the site. Lunch is currently served 'family style' with food being served to tables rather than students queueing. staff and students serve themselves and others. Across the school there are currently 669 pupils on roll for the academic year 2022/23. Of this figure, 270 pupils are entitled to UIFSM and a further 48 to Free School Meals. Suppliers that would like to take part in this process are invited to Express Interest upon which they will be given access to the full tender documentation through this e-tendering system.
two.1.5) Estimated total value
Value excluding VAT: £1,750,000
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
- UKH12 - Cambridgeshire CC
Main site or place of performance
Eddington AvenueCambridge CB3 0QZ
two.2.4) Description of the procurement
University of Cambridge Primary School is currently out to tender for the provision of a full daily catering service. The contract is to commence on 01/09/2023The services at the school are outsourced.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the school. This will consist of a full lunch service and after school service for each school day at the site. Lunch is currently served 'family style' with food being served to tables rather than students queueing. staff and students serve themselves and others. Across the school there are currently 669 pupils on roll for the academic year 2022/23. Of this figure, 270 pupils are entitled to UIFSM and a further 48 to Free School Meals. Suppliers that would like to take part in this process are invited to Express Interest upon which they will be given access to the full tender documentation through this e-tendering system.
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: £1,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial period of three years with two possible extensions of 12 months] meaning a maximum contract length of five years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The duration detailed above includes the initial term of three years as well as the two optional contract extension periods of 12 months each.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 November 2022
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 December 2022
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: Yes
Estimated timing for further notices to be published: 2025, 2026 or 2027
six.3) Additional information
CPV code 55524000-9, falls within Schedule 3 of the Public Contracts Regulations 2015 as a Social and Other Specific Service, therefore the procurement procedure is governed by Section 7 of Part 2 (Regulations 74-77) of those Regulations.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
University of Cambridge Primary School will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)
six.4.4) Service from which information about the review procedure may be obtained
High Court
Strand
London
WC2A 2LL
Country
United Kingdom