Section one: Contracting authority
one.1) Name and addresses
Garth Hill College
Bull Lane
Bracknell
RG42 2AD
Contact
Ben Jones
Telephone
+44 1256467107
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
http://www.garthhillcollege.com
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
A Collaboration of Berkshire Schools - Catering Services
Reference number
MPN-10269
two.1.2) Main CPV code
- 55520000 - Catering services
two.1.3) Type of contract
Services
two.1.4) Short description
A Collaboration of Berkshire Schools is currently out to tender for the provision of a full daily catering service. The schools who are part of the collaboration are: Bonitas MAT - Jennett’s Park CofE Primary SchoolBonitas MAT - Ranelagh SchoolGarth Hill CollegeHawkedon Primary SchoolHolly Spring Primary SchoolMeadow Vale Primary SchoolSt Edward’s Royal Free Ecumenical Middle SchoolThe Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the schools. This will consist of breakfast and morning breaks at some sites and full lunch service for each school day at all sites. The catering facilities at the school include the main dining areas and servery, plus some sites also have a hot and cold Grab and Go section in the main servery as well as separate servery areas such as a food truck and/or Hatch to alleviate queuing issues. All outlets are available to all pupils.
two.1.5) Estimated total value
Value excluding VAT: £6,750,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Bonitas Multi-Academy Trust Limited
Lot No
1
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Full details in tender documentation:Jennett’s Park CofE Primary School, 3 Tawny Owl Square, Bracknell, Berkshire, RG12 8EB.Ranelagh School, Ranelagh Drive, Bracknell, RG12 9DA
two.2.4) Description of the procurement
Bonitas Multi Academy Trust (Jennett’s Park CofE Primary School and Ranelagh School) is currently out to tender for the provision of a full daily catering service.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 for each school day and hospitality. The catering facilities at the School include the main dining area/servery, plus in the case of Ranelagh a good sized covered outdoor seating space. There are currently 1482 pupils on roll for the academic year 2023/24. Of this figure, 102 pupils are entitled to free school meals and 165 pupils are entitled to Universal infant free school meals. TUPE is expected to apply, details of which can be found in the tender documentation.The Bonitas Multi Academy Trust is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.The Bonitas Multi Academy Trust is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £2,320,000
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.
two.2) Description
two.2.1) Title
Lot 2 - Garth Hill College
Lot No
2
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Full details in tender documentation:Garth Hill College, Bull Lane, Bracknell, Berkshire, RG42 2AD
two.2.4) Description of the procurement
Garth Hill College is currently out to tender for the provision of a full daily catering service.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 morning break and a full lunch service for each school day as well as occasional hospitality. The catering facilities at the School include the main servery in the restaurant and remote servery in the restaurant, servery in the inner link, sixth and remote site at Rise@GHC.There are currently 1446 pupils on roll with 50 pupils at Rise@GHC for the academic year 2023/24. Of this figure, 253 pupils are entitled to free school meals.TUPE is expected to apply, details of which can be found in the tender documentation.Garth Hill College is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.Garth Hill College is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £1,850,000
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.
two.2) Description
two.2.1) Title
Lot 3 - Hawkedon Primary School
Lot No
3
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Full details in tender documentationHawkedon Primary School, Hawkedon Way, Lower Earley, Reading, Berkshire RG6 3AP
two.2.4) Description of the procurement
Hawkedon Primary School is currently out to tender for the provision of a full daily catering service.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 for each school day. The catering facilities at the School include the main dining area/servery.There are currently 630 pupils on roll for the academic year 2023/24. Of this figure, 34 pupils are entitled to free school meals and 270 pupils are entitled to Universal infant free school meals. TUPE is expected to apply, details of which can be found in the tender documentation.Hawkedon Primary School is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.Hawkedon Primary School is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £695,000
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.
two.2) Description
two.2.1) Title
Lot 4 - Holly Spring Primary School
Lot No
4
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Full details in tender documentationHolly Spring Primary School, Lily Hill Road, Bracknell, RG12 2SW
two.2.4) Description of the procurement
Holly Spring Primary School is currently out to tender for the provision of a full daily catering service.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 for each school day. The catering facilities at the School include the main dining area with two serving areas.There are currently 635 pupils on roll for the academic year 2023/24. Of this figure, 115 pupils are entitled to free school meals and 252 pupils are entitled to Universal infant free school meals. TUPE is expected to apply, details of which can be found in the tender documentation.Holly Spring Primary School is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.Holly Spring Primary School is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £630,000
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.
two.2) Description
two.2.1) Title
Lot 5 - Meadow Vale Primary School
Lot No
5
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Full details in tender documentationMeadow Vale Primary School, Moordale Avenue, Bracknell, RG42 1SY
two.2.4) Description of the procurement
Meadow Vale Primary School is currently out to tender for the provision of a full daily catering service.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 for each school day. The catering facilities at the School include two main dining areas with one serving area.There are currently 597 pupils on roll for the academic year 2023/24. Of this figure, 103 pupils are entitled to free school meals and 233 pupils are entitled to Universal infant free school meals. TUPE is expected to apply, details of which can be found in the tender documentation.Meadow Vale Primary School is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.Meadow Vale Primary School is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £510,000
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.
two.2) Description
two.2.1) Title
Lot 6 - St Edwards's Royal Free Ecumenical Middle School
Lot No
6
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Full details in tender documentationSt Edward’s Royal Free Ecumenical Middle School, Parsonage Lane, Windsor, Berkshire. SL4 5EN
two.2.4) Description of the procurement
St Edwards's Royal Free Ecumenical Middle School is currently out to tender for the provision of a full daily catering service.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 breakfast, morning break and a full lunch service for each school day with hospitality required on inset daysThe catering facilities at the School include one main dining hall that all year groups can use.There are currently 482 pupils on roll for the academic year 2023/24. Of this figure, 50 pupils are entitled to free school meals. TUPE is expected to apply, details of which can be found in the tender documentation.St Edwards's Royal Free Ecumenical Middle School is keen to further increase uptake and continue the good work already in place for catering. It wishes to do so by working closely with the successful Contractor in developing and continuously improving the service and partnership during the period of the contract and by introducing innovative and creative ideas as submitted in the tender process and on-going.St Edwards's Royal Free Ecumenical Middle School is aware that there are always opportunities to improve and modernise. They are interested in ensuring that the caterers provide the best possible service, introducing new menus ideas and initiatives so that pupils are all eating and utilising the service regularly.
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: £745,000
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
15 January 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 February 2024
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: Further notices will be published in 2027, 2028 or 2029 dependent on the exercising of contract extension options.
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.The Contracting Authorities involved in this tender are:Bonitas Multi-Academy TrustGarth Hill CollegeHawkedon Primary SchoolHolly Spring Primary SchoolMeadow Vale Primary SchoolSt Edward's Royal Free Ecumenical Middle School
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
The Collaboration of Berkshire Schools 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