UK-Gloucestershire: School catering services.
UK-Gloucestershire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Maidenhill School
Kings Road, Stonehouse, Gloucestershire, GL10 2HA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.maidenhill.gloucs.sch.uk/
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/396ZSCG6M5
Additional information can be obtained from: address as in Annex A.I:
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: Maidenhill School ~ 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 Maidenhill School.
II.1.5) Estimated total value:
Value excluding VAT: 910,000
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: The successful Supplier will be required to provide catering services for Maidenhill School.
In 2012, Maidenhill School had become clear that there was a need for refurbishment of the outdated main building which formed a stark contrast with the modern sports hall completed in 2011. In February 2014, after 18 months of building work, Maidenhill School's £3.8 million refurbishment was finally complete. The result was a transformation both inside and out.
Our mantra ‘Be Kind, Aspire, Persevere, Achieve’, underpins everything we believe in. We are renowned within Gloucestershire for working with our parents and for treating students as individuals and not statistics. Our focus more than ever is to raise aspiration, teaching virtues of responsibility and resilience; ultimately, ensuring students receive excellent qualifications that open the doors of opportunity.
The contract covers the scope for the provision of all catering services within the School, including hospitality and free issue requirements.
The duration of the contract offered is three years commencing on 1 August 2025, concluding on 31 July 2028, with the opportunity to extend by up to an additional two years at the discretion of the 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. Currently the cash meal deal price is £3.50 for all meals, including FSM, however in order to maintain the tariff at this level the client will need clear commitments and proposals regarding both improved quality and value for money. Approximately 130 of the current 728 pupils currently qualify for Free School Meals.
There is currently no breakfast service, however the client would like to explore viable options to introduce this. There is currently a 20 minute mid-morning break and a 35 minute lunch period.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide details of such requirements by providing detailed information of the equipment necessary. Bidders must provide the equipment make, model and cost and also a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at the School’s’ discretion, subject to the method of obtaining the investment for the required equipment.
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 Maidenhill School. It is expected that menus will feature and utilise products in season.
Customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response your methodology to this will need to be detailed along with examples of where this has been undertaken within similar contracts recently.
The successful contractor should have similar operations within the local area thus ensuring that the Operational Management Team responsible for the contract is available for regular visits and support for the contract, and that coverage for any planned or unplanned leave from within the establishment staffing structure can be easily provided.
A Civica biometric cashless system is already in operation, with thee tills and a balance checker that requires updating. The client would like to explore options for Plasma screens, to support an agreed programme of promotional activities.
The successful Supplier will work closely with the Client to manage the provision of catering and the overall ‘meal experience. The value of the current catering contract is circa £182K.
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: 910,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2025 / End: 31/07/2030
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: 07/03/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/03/2025
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-Gloucestershire:-School-catering-services./396ZSCG6M5
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/396ZSCG6M5
VI.4) Procedures for review
VI.4.1) Review body:
Maidenhill School
Kings Road, Stonehouse, Gloucestershire, GL10 2HA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
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: 27/01/2025
Annex A
I) Addresses and contact points from which further information can be obtained:
Maidenhill School
Kings Road, Stonehouse, Gloucestershire, GL10 2HA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.maidenhill.gloucs.sch.uk/
NUTS Code: UKK13