II.2.3) Place of performance
NUTS code:
UKH3
Main site or place of performance:
Essex
II.2.4) Description of the procurement
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities of all schools, with a focus on exciting new food concepts to satisfy a wide range of pupil 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 being tendered is for three years in duration from 1st April 2024 to 31st March 2027 with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor 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 Trust for the duration of this contract.
The School year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that Schools will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the Schools, which currently includes (where applicable); breakfast provision, morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil on uptake with a margin attached, 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.
The Trust expects the successful contractor 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, with sustainability at the heart of all aspects of the provision. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of “Dignity, Collaboration, Positivity & Aspiration”.
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.
As schools who are continually seeking ways to improve and develop the ethos and environment for students and staff, we want to give them the facilities they deserve and need to meet the challenges of the 21st Century. Any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed.
We are a South East Essex Multi Academy Trust, currently comprising 3 secondary schools and one primary school: The King John School in Benfleet, The James Hornsby School in Basildon, and Castle View secondary school on Canvey Island, plus Laindon Park Primary School and Nursery in Basildon. Three of the four School are rated Good in their recent Ofsted inspections respectively.
The Trust’s core aim is to ensure that we enhance the life chances of all the young people within the Trust to enable them to fulfil their potential and achieve the best possible outcomes. This is at the heart of everything we do.
Please note that Laindon Park Primary School runs their catering in house and is not participating in this tender.
Castle View School
•https://www.castleview.essex.sch.uk/
•Current annual catering sales £346k
•Aspens Services
•There are not incumbent staff within the Local Government Pension Scheme
James Hornsby School
•https://www.jameshornsby.essex.sch.uk/
•Current annual catering sales £293k
•Aspens Services
•There are not incumbent staff within the Local Government Pension Scheme
King John School
•https://www.thekjs.essex.sch.uk/
•Current annual catering sales £525k
•Aspens Services
•There are not incumbent staff within the Local Government Pension Scheme
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:
5 823 075.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
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