UK-Gloucestershire: School catering services.

UK-Gloucestershire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Cleeve School & Sixth Form Centre of Excellence
Two Hedges Road, Bishops Cleeve, Cheltenham, Gloucestershire, GL52 8AE, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.cleeveschool.net/
NUTS Code: UKK13
I.2) Joint procurement
The contract involves joint procurement: No.
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://litmustms.co.uk/respond/T6PQV43CA2
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: Cleeve School & Sixth Form Centre of Excellence ~ 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: The successful Supplier will be required to provide catering services for Cleeve School & Sixth Form Centre of Excellence.
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKK13 Gloucestershire

II.2.4) Description of procurement: Cleeve School offers consistently outstanding teaching and an innovative and highly personalised curriculum, where literacy and numeracy skills are secured as firm bedrocks. We aspire to be exceptional on everything we do and we achieve this by collaborating, both in terms of teams within the School and also in terms of organisations and ‘best practise’ elsewhere.

The School provides a safe and stimulating environment, where mutual respect threads through the celebrated ethos of care, support and guidance. In preparing students for the world beyond school, we firmly believe in high standards of dress and attitude, so that good manners, tolerance and understanding underpin everything we do. Tradition is important ~ and we hold on to our traditions and high expectations, whilst also thoroughly embracing innovation and a 21st century approach to learning.

The School has a well-defined vision for the period of this catering contract: ‘Our Students and staff see our catering as first rate and as a key part of the day’s offer’ https://www.cleeveschool.net/3-5-Year-Strategy-2022/doc/index.html

There are currently 1570 pupils and 190 staff, this number has increased in recent years due to housing developments in the local area. In recent years the School has made significant investments to increase the size of the well equipped kitchen and upgrade dining room furniture. A second satellite Bistro kitchen and indoor dining area has been developed, there are two outdoor pods. The Sixth Form Centre of Excellence also have their own dedicated and separate satellite kitchen and indoor seating areas.

The catering contract being offered will commence on 1 August 2022 for an initial period of three years, concluding on 31 July 2025, and will be offered on a guaranteed performance basis, with a service on each of the 190 full academic days and by agreement for the 5 inset days. Annual spend is circa £300K.
The successful contractor is expected to have a good local operational presence, as specialist caterers in the secondary school and/or FE sector.

The contract covers the scope for the provision of catering services within the School, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free school meals and hospitality will be charged at cost price, based on consumption. Meal Deal Tariff is currently £2.40 and FSM is at a cost of £1.30. The School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site.

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: 900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2025
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: Not provided


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

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: 05/11/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/11/2021
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Gloucestershire:-School-catering-services./T6PQV43CA2

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/T6PQV43CA2
VI.4) Procedures for review
VI.4.1) Review body:
Cleeve School & Sixth Form Centre of Excellence
Gloucestershire, 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: 24/09/2021

Annex A