Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cheshire Collaborative School Group
Alsager School, Hassall Road, Alsager
Cheshire
ST7 2HR
UK
Contact person: Neil Mayers
Telephone: +44 7810874152
E-mail: neil@rpj3group.co.uk
NUTS: UKD6
Internet address(es)
Main address: www.rpj3group.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.mytenders.co.uk
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
Cheshire Collaborative School Group Framework Catering Tender
II.1.2) Main CPV code
55524000
II.1.3) Type of contract
Services
II.1.4) Short description
RPJ3 Group are seeking to procure a number of providers for a multi-supplier framework for catering services for a group of schools in Cheshire. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable RPJ3 Group to source catering services for the group of schools.
It is estimated that there will be between 7 and 10 schools in this framework which will be subject of direct award, with other schools using a later call off.
It should be noted that it is not mandatory for the schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of caterers on the framework will be between 2-3
The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.
This framework process is targeted to have a catering contract in place to commence in June 2023. Please note that this process covers all catering services within the schools with full tender costings and proposals for the schools for a contract start in June 2023. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). Following the analysis of SQ’s the selected bidders will be invited to attend site surveys and tender briefing initially planned for mid December 2022. Tender responses deadline is planned as late January 2023 and it is envisaged that interviews will take place in Mid-March 2023. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
55524000
II.2.3) Place of performance
NUTS code:
UKD6
II.2.4) Description of the procurement
RPJ3 Group are seeking to procure a number of providers for a multi-supplier framework for catering services for a group of schools in Cheshire. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable RPJ3 Group to source catering services for the group of schools.
It is estimated that there will be between 7 and 10 schools in this framework which will be subject of direct award, with other schools using a later call off.
It should be noted that it is not mandatory for the schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of caterers on the framework will be between 2-3
The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.
This framework process is targeted to have a catering contract in place to commence in June 2023. Please note that this process covers all catering services within the schools with full tender costings and proposals for the schools for a contract start in June 2023. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering service and support required by the group. Labour resource/relief cover is very important. We have set a minimum level of turnover for this tender at 250,000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP. Following the analysis of SQ’s the selected bidders will be invited to attend site surveys and tender briefing initially planned for mid December 2022. Tender responses deadline is planned as late January 2023 and it is envisaged that interviews will take place in mid March 2023. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option of up to two further annual extensions meaning a 5 year period in total with options.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 4 years: The Framework is for an initial three years with an option to extend for up to two further years
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/10/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/12/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227511.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:227511)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
30/09/2022
Information added to the notice since publication.
Additional information added to the notice since it's publication.
No further information has been uploaded.
|
Commodity Categories
Commodity Categories
55524000 | School catering services | Catering services |
Delivery Locations
Delivery Locations
100 | UK - All |
Alert Region Restrictions
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions
There are no alert restrictions for this notice.
|