II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
Nottingham and Derbyshire
United Kingdom
II.2.4) Description of the procurement
The successful Supplier will be required to provide catering services for The Two Counties Trust at three of their schools. Details of two of the schools are provided in the SQ document and further information relating to the third school will be provided in the tender documentation.
The contract being tendered is for three years in duration from 1.4.2019 until 31.3.2022, with the option to extend the contract term for a further term of up to two years and will operate as a guaranteed performance contract, with the successful Supplier offering the schools a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the schools for the duration of this contract.
The Trust is expected to grow in the number of schools becoming part of the Trust during this contract period and the provision of catering services within these schools, when they have joined the Trust, may fall under the scope of this contract.
The successful Supplier would be expected to provide the catering service within the additional schools, using the same costing model, ratios, etc that they applied to their successful financial submission for the Trust, at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
Whilst the Trust prioritises value for money as a key objective of the competitive tender process, they are not obliged to accept the lowest price.
The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the teaching and support staff and students on roll, all of whom have a focus on the introduction of exciting new food concepts to satisfy a wide range of tastes and dietary requirements. The schools would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract offered covers the scope for the provision of all school catering services, which currently includes breakfast, 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.
The Trust expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The Trust expects the successful Supplier to evidence, through their bid, how they shall support and complement its values and support the principles of Keeping Children Safe in Education.
The Trust believes that success should be celebrated and that pupils should enjoy their time at School; if lessons are stimulating and challenging then students will love learning. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the Trust are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Supplier.
As a Trust who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Supplier’s tender submission would be welcomed. The Trust would wish for the Supplier to look at making this investment within the existing dining areas, with attention being given to the upgrade of the current cashless systems, counter layouts and furnishings and the implementation of a procedure that would assist in producing a reduction of current queuing times.
Further information is provided in 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:
3 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2019
End:
31/03/2024
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No