II.2.3) Place of performance
NUTS code:
UKF21
Main site or place of performance:
Leicester
II.2.4) Description of the procurement
Crown Hills Community College mission is very simple: they want every student to be the best they can be, thrive in the best possible career and contribute positively to society. The College have three key values that drive this mission. The three values are: aspiration, commitment and success – these are demonstrated throughout the College on a daily basis as the College’s governors, staff and students, live their everyday lives by them.
This is a College where each child will fulfil their true potential and emerge as confident and articulate citizens, proud of who they are and ready to contribute globally.
The College ask students to look beyond their current locality and treat the world as their back garden. Every child has a special and natural talent that is unique to them and the College will support and nurture that talent, so that the students become the best that they can be.
The contract being tendered is for three years in duration from April 2022 until 31 March 2025, 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 Contractor offering the College a guaranteed cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the College for the duration of this contract.
Catering Income 2018/2019
Income
Pupil paid meals ~ £185,369.97
FSM & Hospitality ~ £ 84,374.96
Total~ £269,744.93
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 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 including those with specific dietary requirements. The College 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 catering services within College, which currently includes breakfast, morning break, lunch and all hospitality and free issue requirements. Free Student meals and hospitality will be charged based on consumption and at net food cost.
The College expects the successful contractor to enable the continued development of catering through the provision of an innovative and healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The College also expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Keeping Children Safe in Education.
Crown Hills Community College believes that the quality of catering provision is intrinsically linked to a successful learning environment.
Due to the recent establishment that capital depreciation constitutes an embedded finance lease, inward capital investment is not a requirement of this tender. Finance leases are strictly prohibited by the Academies Handbook and thus entering into such an agreement would mean that Schools are in breach of their funding agreements.
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 within their tender response, to include 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.
See the SQ Document for more details.
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:
1 348 724.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2022
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