UK-Buckinghamshire: School catering services.

UK-Buckinghamshire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Marlow Education Trust
West Street, Marlow, Buckinghamshire, SL7 2BR, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.marlowet.org/MarlowEducationTrust
NUTS Code: UKJ1
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/respond/2T28BWYS45
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: Marlow Education Trust ~ 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 Cleaning services for Marlow Education Trust at the following School:
Sir William Borlase’s Grammar School
West Street, Marlow SL7 2BR
II.1.5) Estimated total value:
Value excluding VAT: 1,700,000
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:
UKJ1 Berkshire, Buckinghamshire and Oxfordshire

II.2.4) Description of procurement: Basis of Contract
The Trust is currently seeking a catering contractor with ample experience to provide catering services at Sir William Borlase's Grammar School. The contractor will need to be highly creative and innovative, and able to introduce new food concepts that cater to the diverse range of pupil tastes and dietary requirements. As the school places a strong emphasis on extracurricular activities, it is essential that the chosen contractor has extensive knowledge and expertise in providing healthy food options which are fresh, seasonal and locally sourced and prepared at the school. This includes being well-versed in nutritional standards and requirements and ensuring that the menus are designed to fuel pupils throughout the day. Additionally, the contractor will be expected to conduct a comprehensive review of the current catering services and provide recommendations on how to enhance the existing offerings. The main aim of this exercise is to deliver a superior catering experience that aligns with the school's vision and values.
The chosen contractor must propose innovative ways to make the contract more environmentally friendly and carbon neutral. This should apply to both the contract delivery and the contractor's organization, following the environmental policies of Sir William Borlase's Grammar School. The contractor's approach to sustainability must align with that of the school.
The contract being tendered is from 1st January 2025 until 31st December 2028 for an initial 3-year period with an option to extend for a further 2 years at the discretion of the client. The contract will operate as a guaranteed performance Contract, with the successful contractor offering the school a guaranteed return/ cost for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
The contract offered covers the scope for the provision of all catering services within the School, which currently includes, breakfast mid-morning break, lunch, all hospitality, and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the Trust prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.
Contract value:
Sales performance per annum is circa £340,000
The value of the new contract is circa £1,700,000 (Current annual contract cost, multiplied by 5, being the maximum 5-year term of the contract)
Other notes:
•Please be advised that this contract will be let on a 3 + 1 + 1 year basis.
•Please be advised that there are not currently any catering staff in the LGPS
•Please be advised that the catering service is currently contracted to Innovate.
•Please be advised that the School has a minimum requirement for a contractor’s employer liability/ public liability and professional indemnity insurance of £10m
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m

See SQ Document for further information
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: 1,700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2025 / End: 31/12/2029
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: 21/06/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/07/2024
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-Buckinghamshire:-School-catering-services./2T28BWYS45

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/2T28BWYS45
VI.4) Procedures for review
VI.4.1) Review body:
Marlow Education Trust
West Street, Marlow, Buckinghamshire, SL7 2BR, 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: 15/05/2024

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
Sir William Borlase’s Grammar School
West Street, Marlow, Buckinghamshire, SL7 2BR, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.swbgs.com/
NUTS Code: UKJ1