UK-Gloucester: School catering services.

UK-Gloucester: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Chosen Hill School
Brookfield Road, Churchdown, Gloucester, GL3 2PL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.chosenhillschool.co.uk/
NUTS Code: UKK1
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://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: Chosen Hill School Cluster – 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/s will be required to provide Catering services for Chosen Hill, Farmor’s and/or Cirencester Kingshill Schools.

• LOT 1 - Chosen Hill School, Brookfield Road, Churchdown, Gloucester GL3 2PL
• LOT 2 - Farmor's School, The Park, Fairford, Gloucestershire, GL7 4JQ
• LOT 3 - Cirencester Kingshill School, Kingshill Lane, Cirencester, GL7 1HS

Please note that whilst sharing a joint procurement process, each School is entirely independent of the others and each individual catering contract may be awarded to a different contractor, with each school ultimately making its own award decision.

This tender is split into 3 LOTS – Suppliers will be required to submit a separate SQ response via LTMS for each of the LOTS they wish to participate in, links below:
LOT 1- https://litmustms.co.uk/respond/995WUPRXD6
LOT 2- https://litmustms.co.uk/respond/2KB94HQY5N
LOT 3- https://litmustms.co.uk/respond/QF5762Z275
II.1.5) Estimated total value:
Value excluding VAT: 3,295,000
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 - Chosen Hill School
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area

II.2.4) Description of procurement: The contract/s covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.

The duration of the contract/s offered is three years commencing on 1 August 2022, concluding on 31 July 2025, with the opportunity to extend by up to an additional two years at the discretion of each governing body.

The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.

The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School/s. It is expected that menus will feature and utilise products in season.

NB: Please note that the successful contractor/s will pay the procurement consultancy fee on award for each lot of this contract, which will be to the value of:
•Chosen Hill School - £3,000.00 plus VAT.
•Cirencester Kingshill School - £3,000.00 plus VAT.
•Farmors School - £3,500.00 plus VAT.

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, in full to Litmus, by no later than Friday 22nd July 2022.

For further information, please see the SQ Document.
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: 1,420,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2027
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 - Chosen Hill School
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/995WUPRXD6
II.2) Description Lot No. 2

II.2.1) Title: LOT 2 - Farmor's School
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area

II.2.4) Description of procurement: The contract/s covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.

The duration of the contract/s offered is three years commencing on 1 August 2022, concluding on 31 July 2025, with the opportunity to extend by up to an additional two years at the discretion of each governing body.

The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.

The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School/s. It is expected that menus will feature and utilise products in season.

NB: Please note that the successful contractor/s will pay the procurement consultancy fee on award for each lot of this contract, which will be to the value of:
•Chosen Hill School - £3,000.00 plus VAT.
•Cirencester Kingshill School - £3,000.00 plus VAT.
•Farmors School - £3,500.00 plus VAT.

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, in full to Litmus, by no later than Friday 22nd July 2022.

For further information, please see the SQ Document.
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: 950,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2027
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 - Farmors School
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/2KB94HQY5N
II.2) Description Lot No. 3

II.2.1) Title: LOT 3 - Cirencester Kingshill School
Lot No: 3
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area

II.2.4) Description of procurement: The contract/s covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.

The duration of the contract/s offered is three years commencing on 1 August 2022, concluding on 31 July 2025, with the opportunity to extend by up to an additional two years at the discretion of each governing body.

The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.

The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School/s. It is expected that menus will feature and utilise products in season.

NB: Please note that the successful contractor/s will pay the procurement consultancy fee on award for each lot of this contract, which will be to the value of:
•Chosen Hill School - £3,000.00 plus VAT.
•Cirencester Kingshill School - £3,000.00 plus VAT.
•Farmors School - £3,500.00 plus VAT.

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, in full to Litmus, by no later than Friday 22nd July 2022.

For further information, please see the SQ Document.
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: 925,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2027
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 - Cirencester Kingshill School
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/QF5762Z275


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: 25/02/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/03/2022
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=657398219
VI.4) Procedures for review
VI.4.1) Review body:
Chosen Hill School
Gloucester, GL3 2PL, 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: 14/01/2022

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
Farmor's School
The Park, Fairford, Gloucestershire, GL7 4JQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.farmors.gloucs.sch.uk/
NUTS Code: UKK1

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
Cirencester Kingshill School
Kingshill Lane, Cirencester, GL7 1HS, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.cirencesterkingshill.gloucs.sch.uk/
NUTS Code: UKK1