Skip to main content.

The Litmus Partnership: Chosen Hill School Cluster – Catering Tender

  The Litmus Partnership has published this notice through Delta eSourcing

Notice Summary
Title: Chosen Hill School Cluster – Catering Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
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
Published: 14/01/2022 11:46

View Full Notice

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

View any Notice Addenda

View Award Notice

UK-Gloucester: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,295,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:LOT 1 - Chosen Hill School   
      Lot No:1

      II.2.2) Additional CPV code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
   
      Main site or place of performance:
      Gloucestershire, Wiltshire and Bristol/Bath area
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
   
      Main site or place of performance:
      Gloucestershire, Wiltshire and Bristol/Bath area
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
   
      Main site or place of performance:
      Gloucestershire, Wiltshire and Bristol/Bath area
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2022/S 000-001154
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: LOT 1 - Chosen Hill School

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Innovate Services Ltd, 06420662
             St Andrews House, Woking, Surrey, GU21 6EB, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,420,000          
         Total value of the contract/lot: 1,862,730
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: LOT 2 - Farmor's School

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Innovate Services Ltd, 06420662
             St Andrews House, Woking, Surrey, GU21 6EB, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 950,000          
         Total value of the contract/lot: 1,422,594
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: LOT 3 - Cirencester Kingshill School

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Harrison Catering Services Ltd, 02856316
             Oxford House, Oxfordshire, OX9 2AH, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 925,000          
         Total value of the contract/lot: 1,102,390
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=710193687

   VI.4) Procedures for review

      VI.4.1) Review body
          Chosen Hill School
          Gloucester, GL3 2PL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/08/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   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
   
   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