Section one: Contracting authority
one.1) Name and addresses
Holy Trinity CE Primary School
Rickmansworth Road
Northwood, Middlesex
HA6 2RH
Contact
Procurement Team
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
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
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
info@cohesionconsultingltd.co.uk
Telephone
+44 1892251001
Country
United Kingdom
Internet address
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
glenn@Cohesionconsulting.co.uk
Telephone
+44 1892251001
Country
United Kingdom