Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Cheshire Collaborative School Group Framework Catering Tender

  • First published: 01 October 2022
  • Last modified: 01 October 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03721a
Published by:
Cheshire Collaborative School Group
Authority ID:
AA83141
Publication date:
01 October 2022
Deadline date:
31 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

Coding

Commodity categories

ID Title Parent category
55524000 School catering services Catering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
neil@rpj3group.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.