Tender

Holy Trinity CE Primary School

  • Holy Trinity CE Primary School

F02: Contract notice

Notice identifier: 2024/S 000-031785

Procurement identifier (OCID): ocds-h6vhtk-04a5a3

Published 3 October 2024, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

Holy Trinity CE Primary School

Rickmansworth Road

Northwood, Middlesex

HA6 2RH

Contact

Procurement Team

Email

info@cohesionconsulting.co.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.cohesionconsulting.co.uk

Buyer's address

https://in-tendhost.co.uk/cohesionconsulting/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/cohesionconsulting/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/cohesionconsulting/aspx/Home

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

Holy Trinity CE Primary School

Reference number

CCL_051

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Holy Trinity CofE Primary School in Hillingdon is tendering their ‘delivered-in hot’ catering services to deliver the very best service for every child. The initial contract duration is set for three years, starting on 1st of January 2025, with a potential extension for two more years contingent on client satisfaction and mutual agreement on budgets and service levels. The primary objective of this contract is to enhance services, maximising sales and Free Schools Meal (FSM) uptake through proactive management, consistent high-quality food and robust, tangible contract support. The School and CCL (Cohesion Consulting Ltd) expect the successful Contractor to guarantee their financial proposal within reason and uphold excellent standards. The business managers and School Leadership Teams have requested that in this tender exercise the bidders focus on:A TUPE Compliant Bid with additional recommendations on service equipment, serving points, staffing levels and a bespoke food concept

two.1.5) Estimated total value

Value excluding VAT: £335,000

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
  • UKI74 - Harrow and Hillingdon
Main site or place of performance

Holy Trinity CE Primary School, Rickmansworth Road, Northwood, Middlesex, HA6 2RH

two.2.4) Description of the procurement

Holy Trinity CofE Primary School in Hillingdon is tendering their ‘delivered-in hot’ catering services to deliver the very best service for every child. The initial contract duration is set for three years, starting on 1st of January 2025, with a potential extension for two more years contingent on client satisfaction and mutual agreement on budgets and service levels. The primary objective of this contract is to enhance services, maximising sales and Free Schools Meal (FSM) uptake through proactive management, consistent high-quality food and robust, tangible contract support. The School and CCL (Cohesion Consulting Ltd) expect the successful Contractor to guarantee their financial proposal within reason and uphold excellent standards. The business managers and School Leadership Teams have requested that in this tender exercise the bidders focus on:A TUPE Compliant Bid with additional recommendations on service equipment, serving points, staffing levels and a bespoke food concept to drive sales and uptake.In short, the School needs to be convinced the bidders are able to deliver their promises, achieve their sales targets, deliver their service enhancements in full and support the School. Should the School not be convinced of this they reserve the right to revert to an ‘insourced’ solution or post no award. Any investment proposals will need to be consistent with ESFA guidelines.The estimated contract turnover stands at approximately £334,886 over three years.

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: £335,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract is for an initial three year term. There is an option to extend the contract for a further two years subject to mutual agreement, based on strong financial and qualitative performance by mutual agreement.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

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

Accelerated procedure

Justification:

The new contract needs to start in January 2025 and to ensure a fair, transparent process and an effective TUPE process and mobilisation an accelerated process is essential.

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

17 October 2024

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 October 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Cabinet Office

70 Whitehall

London

SW1A 2AS

Email

cocommercial@crowncommercial.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office/about/procurement

six.4.2) Body responsible for mediation procedures

Cohesion Consulting Ltd

16 Mount Pleasant

Tunbridge Wells

TN1 1QU

Email

info@cohesionconsultingltd.co.uk

Telephone

+44 1892251001

Country

United Kingdom

Internet address

www.cohesionconsulting.co.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

All details on review procedures are available from Cohesion Consulting.

six.4.4) Service from which information about the review procedure may be obtained

Cohesion Consulting Ltd

16 Mount Pleasant

Tunbridge Wells

TN1 1QU

Email

glenn@Cohesionconsulting.co.uk

Telephone

+44 1892251001

Country

United Kingdom

Internet address

www.Cohesionconsulting.co.uk