UK-Bristol: School catering services.

UK-Bristol: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
South Gloucestershire Primary Schools catering cluster 1
St Peter’s CofE Primary School, Ellfield Close, Bristol, BS13 8EF, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stpeterscofeprimary.co.uk
NUTS Code: UKK12
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.litmustms.co.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: South Gloucestershire Primary Schools catering cluster 1 ~ Catering tender
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Suppliers are required to submit for ALL LOTS, a Separate SQ response for every school in the cluster is required.
Please see the below for the access links to SQs for each lot.

LOT 1 Holy Family https://litmustms.co.uk/respond/4VXS7W9F26
Lot 2 Almondsbury Primary https://litmustms.co.uk/respond/7DM34D7T4R
Lot 3 St Peters Primary https://litmustms.co.uk/respond/3E5EJ5J329
lot 4 St Pauls https://litmustms.co.uk/respond/6A5C96F833
Lot 5 Oldbury https://litmustms.co.uk/respond/V9FV6KFCE6
Lot 6 Olveston https://litmustms.co.uk/respond/GXH7KQNR7M
Lot 7 St Chads https://litmustms.co.uk/respond/45PVYQPU8E
Lot 8 Redfield https://litmustms.co.uk/respond/7KR8W9E545
Lot 9 Our Lady https://litmustms.co.uk/respond/858V64GQ24
Lot10 At Augustines https://litmustms.co.uk/respond/W63V76GW9H
Lot11 Elm Park https://litmustms.co.uk/respond/V32CGX2WTS
II.1.5) Estimated total value:
Value excluding VAT: 3,286,164
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Lot 1 Holy Family Catholic Primary School
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: The contract/s cover the scope for the provision of all catering services within the schools, which also includes free issue requirements.
Contract value for the cluster of schools is circa £657.3K per annum.
The tender will be managed on a group basis; however, each school will have their own individual operational budget and contract and will appoint the Supplier that they would like for their school. Suppliers are required to submit a proposal for every school in the cluster and to provide a consolidated view of their overall bid submission. Please see the contract notice for the links to access the SQs for the separate lots. As the contract will not necessarily be awarded on a group basis, Suppliers will have the option to show any additional financial benefits on a separate upload, if more than one school were to be awarded to that Supplier.
With regard to the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. The successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. After the ten-day standstill period, Suppliers MUST contact the pensions authority so that the ABS agreement can proceed. Current pension contribution rates and TUPE information provided are to be used within the Supplier’s submission of labour costs.
NB: Please note that the successful contractor will pay a proportion of the procurement consultancy fee on award of each contract, which will be to the value of £1,750.00 plus VAT per school.
This fee will be invoiced immediately after the 10-day standstill period. To ensure transparency, you will clearly show within your management fee a breakdown of this fee, over the initial three-year length of the contract. The total fee will be paid by the successful contractor/s, in full to Litmus, by no later than Friday 30 June 2023.
Additional schools may join this tender, and you will be notified if this is the case.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note all the schools will be visited over three days on 24,25,26 April 2023 as follows:
•24 April 2023 ~ Almondsbury, St Chad’s Patchway, Holy Family Catholic, and St Augustine of Canterbury Primary Schools.
•25 April 2023 ~ Olveston, Oldbury on Severn, St Paul’s Catholic, and Elm Park Primary Schools.
•26 April 2023 ~ St Peter’s, Our Lady of Lourdes, and Redfield Edge Primary Schools.
Suppliers are to arrive at the relevant school’s reception 10 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Suppliers’ site visit attendees and DBS numbers must be notified to Neil Cook NeilCook@litmuspartnership.co.uk for all site visit dates by 12:00 20April 2023.
Visitors who have not had their DBS provided in advance may be denied entry to Schools.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken, they should have their current DBS certificates with them.
The contract/s are offered on a ‘guaranteed performance’ basis. UiFSM & FSM meals shall be at margin and are charged on consumption. Hospitality and free issues are also recharged on consumption at “net” food cost only.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide detailed information of any equipment felt necessary. Bidders must provide the equipment make, model and cost and a justification of how this equipment will assist in fulfilling the proposal and potential of the service.
See SQ document for further details.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 322,392
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: LOT 1 https://litmustms.co.uk/respond/4VXS7W9F26
II.2) Description Lot No. 2

II.2.1) Title: Lot 2 Almondsbury Primary School
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 491,568
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 2 https://litmustms.co.uk/respond/7DM34D7T4R
II.2) Description Lot No. 3

II.2.1) Title: Lot 3 St Peter's C of E VC Primary School
Lot No: 3
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 261,744
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 3 https://litmustms.co.uk/respond/3E5EJ5J329
II.2) Description Lot No. 4

II.2.1) Title: Lot 4 St Pauls RC VA Primary School
Lot No: 4
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 323,988
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: lot 4 https://litmustms.co.uk/respond/6A5C96F833
II.2) Description Lot No. 5

II.2.1) Title: Lot 5 Oldbury-on-Severn Primary School
Lot No: 5
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 65,436
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 5 https://litmustms.co.uk/respond/V9FV6KFCE6
II.2) Description Lot No. 6

II.2.1) Title: Lot 6 Olveston CE VC Primary School
Lot No: 6
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 282,492
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 6 https://litmustms.co.uk/respond/GXH7KQNR7M
II.2) Description Lot No. 7

II.2.1) Title: Lot 7 St. Chad's Patchway Primary School
Lot No: 7
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 327,180
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 7 https://litmustms.co.uk/respond/45PVYQPU8E
II.2) Description Lot No. 8

II.2.1) Title: Lot 8 Redfield Edge Primary School
Lot No: 8
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 330,372
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 8 https://litmustms.co.uk/respond/7KR8W9E545
II.2) Description Lot No. 9

II.2.1) Title: Lot 9 Our Lady of Lourdes Primary School
Lot No: 9
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 290,472
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot 9 https://litmustms.co.uk/respond/858V64GQ24
II.2) Description Lot No. 10

II.2.1) Title: Lot 10 St Augustine's Primary School
Lot No: 10
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 279,300
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot10 https://litmustms.co.uk/respond/W63V76GW9H
II.2) Description Lot No. 11

II.2.1) Title: Lot 11 Elm Park Primary School
Lot No: 11
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of procurement: See SQ document for further details
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 311,220
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Lot11 https://litmustms.co.uk/respond/V32CGX2WTS


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted Acclerated
Justification for the choice of accelerated procedure: Contract start date 1st August 2023
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/03/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/04/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=758535321
VI.4) Procedures for review
VI.4.1) Review body:
South Gloucestershire Primary Schools catering cluster 1 ~ Catering tender
Holy Family Catholic Primary, Bristol, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/02/2023

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Almondsbury Primary School
Sundays Hill, Almondsbury, Bristol, BS32 4DS, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.almondsburyprimary.co.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
St Peter's C of E VC Primary School
Ellfield Close, Bristol, BS13 8EF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stpeterscofeprimary.co.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
St Pauls RC VA Primary School
Sundridge Park, Yate, South Gloucestershire, BS37 4EP, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stpaulscatholicprimary.co.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Oldbury on Severn C of E Primary School
Church Lane, Oldbury-on-Severn, Bristol, BS35 1QG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.oldburyschool.org.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Olveston Primary School
Elberton Road, Olveston, Bristol, BS35 4DB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.olvestonschool.co.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
St Chad's Patchway CE Primary School
Cranham Drive, Patchway, Bristol, BS34 6AQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stchadsprimaryschool.co.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Redfield Edge Primary School
High Street, Oldland Common, Bristol, BS30 9TL, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://redfieldedgeprimary.co.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
Our Lady of Lourdes RC Primary School
2 Court Road, Kingswood, Bristol, BS15 9QB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.ourladyoflourdesprimaryschool.org.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
St Augustine’s Primary School
42 Boscombe Crescent, Downend, Bristol, BS16 6QR, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.staugustinedownend.org.uk
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
Elm Park Primary School
Nicholls Lane, Winterbourne, Bristol, BS36 1NF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: http://www.elmparkprimary.com
NUTS Code: UKK12