3C Consultancy Services Ltd: Gatehouse Green Learning Trust

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Gatehouse Green Learning Trust
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Gatehouse Green Learning Trust wishes to appoint an experienced catering company to provide a quality catering service for the five schools within the Trust. The Trust includes two secondary schools (including post 16) and three primary schools with a combined student population of approximately 3000. One secondary school contract will commence 1 May 2020 with the remaining four schools commencing August 2020.
Published: 13/09/2019 10:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bristol: School meals.
Section I: Contracting Authority
      I.1) Name and addresses
             Gatehouse Green Learning Trust
             Redland Court Road, Bristol, BS6 7EH, United Kingdom
             Tel. +44 7766221996, Email: info@savilleconsultancyservices.co.uk
             Contact: Mr Paul Saville
             Main Address: www.savilleconsultancyservices.co.uk
             NUTS Code: UKK11
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.savilleconsultancyservices.co.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Multi Academy Trust
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Gatehouse Green Learning Trust       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      15894210 - School meals.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Gatehouse Green Learning Trust wishes to appoint an experienced catering company to provide a quality catering service for the five schools within the Trust. The Trust includes two secondary schools (including post 16) and three primary schools with a combined student population of approximately 3000. One secondary school contract will commence 1 May 2020 with the remaining four schools commencing August 2020.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      15894210 - School meals.
      
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: Gatehouse Green Learning Trust wishes to appoint an experienced catering company to provide a quality catering service for the five schools within the Trust. The Trust includes two secondary schools (including post 16) and three primary schools with a combined student population of approximately 3000. One secondary school contract will commence 1 May 2020 with the remaining four schools commencing August 2020.
      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: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Trust will have an option to extend the 36 month contract by up to an additional maximum 24 months.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To express an interest within this contract notice please register with Delta e-sourcing and complete all the attached SQ information and return by the deadline time and date.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/10/2019 Time: 09:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/11/2019       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-School-meals./ZDK457MJ4W

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZDK457MJ4W
   VI.4) Procedures for review
   VI.4.1) Review body:
             Gatehouse Green Learning Trust
       Bristol, United Kingdom
       Tel. +44 1173772746, Email: info@savilleconsultancyservices.co.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/09/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Bristol: School meals.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Gatehouse Green Learning Trust
       Redland Court Road, Bristol, BS6 7EH, United Kingdom
       Tel. +44 7766221996, Email: info@savilleconsultancyservices.co.uk
       Contact: Mr Paul Saville
       Main Address: www.savilleconsultancyservices.co.uk
       NUTS Code: UKK11

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: Multi Academy Trust

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Gatehouse Green Learning Trust            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         15894210 - School meals.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Gatehouse Green Learning Trust wishes to appoint an experienced catering company to provide a quality catering service for the five schools within the Trust. The Trust includes two secondary schools (including post 16) and three primary schools with a combined student population of approximately 3000. One secondary school contract will commence 1 May 2020 with the remaining four schools commencing August 2020.

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,959,823
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            15894210 - School meals.


      II.2.3) Place of performance
      Nuts code:
      UKK11 - Bristol, City of
   
      Main site or place of performance:
      Bristol, City of
             

      II.2.4) Description of the procurement: Gatehouse Green Learning Trust wishes to appoint an experienced catering company to provide a quality catering service for the five schools within the Trust. The Trust includes two secondary schools (including post 16) and three primary schools with a combined student population of approximately 3000. One secondary school contract will commence 1 May 2020 with the remaining four schools commencing August 2020.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Tender Price / Weighting: 11
      Cost criterion - Name: Contract terms / Weighting: 2
      Cost criterion - Name: Menus and Service / Weighting: 20
      Cost criterion - Name: VAT compliance / Weighting: 1
      Cost criterion - Name: Quality Assurance / Weighting: 4
      Cost criterion - Name: Marketing / Weighting: 6
      Cost criterion - Name: KPI's / Weighting: 10
      Cost criterion - Name: Sustainabliity / Weighting: 7
      Cost criterion - Name: Financial Model / Weighting: 9
      Cost criterion - Name: Tupe/training/support / Weighting: 10
      Cost criterion - Name: Interview/Presentation / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Trust will have an option to extend the 36 month contract by up to an additional maximum 24 months.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To express an interest within this contract notice please register with Delta e-sourcing and complete all the attached SQ information and return by the deadline time and date.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 179-436248
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Innovate Services Limited, 06420662
             Pheonix House, Pyrford, West Byfleet, KY14 6RA, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,959,823
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Innovate Services Limited, 06420662
             Pheonix House, Pyrford, West Byfleet, KY14 6RA, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,959,823
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=500137499

   VI.4) Procedures for review

      VI.4.1) Review body
          Gatehouse Green Learning Trust
          Bristol, United Kingdom
          Tel. +44 1173772746, Email: info@savilleconsultancyservices.co.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/06/2020