3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Catering Services at Bourne Education Trust |
Notice type: | Contract Notice |
Authority: | 3C Consultancy Services Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Bourne Education Trust is tendering the catering services at the following schools within the Trust, Chertsey High School, Epsom and Ewell High School Everest Community Academy Hampton High School Jubilee High School The Matthew Arnold School Teddington School Twickenham School |
Published: | 16/12/2021 17:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bourne Education Trust
Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
Tel. +44 7766221996, Email: paul.saville@3c-ltd.co.uk
Contact: Paul Saville
Main Address: https://3c-ltd.co.uk
NUTS Code: UKJ2
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: https://3c-ltd.co.uk
Additional information can be obtained from: address as in Annex A.I:
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:: Bourne Education Trust
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Catering Services at Bourne Education Trust
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bourne Education Trust is tendering the catering services at the following schools within the Trust,
Chertsey High School,
Epsom and Ewell High School
Everest Community Academy
Hampton High School
Jubilee High School
The Matthew Arnold School
Teddington School
Twickenham School
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ2 Surrey, East and West Sussex
II.2.4) Description of procurement: Bourne Education Trust is seeking to appoint a quality catering service provider with experience within the school environment to operate the catering services at eight secondary schools within the Trust from August/September 2022.
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: 1,000,000
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:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: To express an interest in this tender candidates must complete and return the attached Supplier Questionnaire (SQ) and attachments by the deadline date. The SQ will be evaluated and candidates will be selected based on information supplied.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Bourne Education Trust reserves the right to extend the contract beyond the 36 months up to a maximum of an additional 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 in this tender candidates must complete and return the attached Supplier Questionnaire (SQ) and attachments by the deadline date. The SQ will be evaluated and candidates will be selected based on information supplied.
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:
Professional catering service provider with experience of managing catering provisions in schools.
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
The successful contractor will be expected to adhere to the contract specification and against set key performance indicators.
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: 21/01/2022 Time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/02/2022
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:
Duration in month(s): 36
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.
Please note the II.2.6 Estimated Value is based on fluctuating values during the last two years. Pre-Covid values ranged between £1.5m - £1.7m.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-West-Ewell:-School-catering-services./XR6892ZHXH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XR6892ZHXH
VI.4) Procedures for review
VI.4.1) Review body:
Bourne Education Trust
Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
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: 16/12/2021
Annex A
I) Addresses and contact points from which further information can be obtained:
3c Limited
Michael House, Exeter, EX4 3LQ, United Kingdom
Email: paul.saville@3c-ltd.co.uk
Contact: Paul John Saville
Main Address: https://3c-ltd.co.uk
NUTS Code: UKJ2
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Bourne Education Trust
Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
Tel. +44 7766221996, Email: paul.saville@3c-ltd.co.uk
Contact: Paul Saville
Main Address: https://3c-ltd.co.uk
NUTS Code: UKJ2
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:: Bourne Education Trust
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Catering Services at Bourne Education Trust
Reference number: Not Provided
II.1.2) Main CPV code:
55524000 - School catering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bourne Education Trust is tendering the catering services at the following schools within the Trust,
Chertsey High School,
Epsom and Ewell High School
Everest Community Academy
Hampton High School
Jubilee High School
The Matthew Arnold School
Teddington School
Twickenham School
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ2 - Surrey, East and West Sussex
Main site or place of performance:
Surrey, East and West Sussex
II.2.4) Description of the procurement: Bourne Education Trust is seeking to appoint a quality catering service provider with experience within the school environment to operate the catering services at eight secondary schools within the Trust from August/September 2022.
II.2.5) Award criteria:
Cost criterion - Name: Tender Price and Financial Calculations / Weighting: 21
Cost criterion - Name: Contract Terms / Weighting: 2
Cost criterion - Name: Menus/Tariff / Weighting: 10
Cost criterion - Name: QA & KPI's / Weighting: 12
Cost criterion - Name: Marketing/Communication / Weighting: 8
Cost criterion - Name: Sustainability / Weighting: 7
Cost criterion - Name: TUPE / Weighting: 10
Cost criterion - Name: Interview / Weighting: 30
II.2.11) Information about options
Options: Yes
Description of these options:Bourne Education Trust reserves the right to extend the contract beyond the 36 months up to a maximum of an additional 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 in this tender candidates must complete and return the attached Supplier Questionnaire (SQ) and attachments by the deadline date. The SQ will be evaluated and candidates will be selected based on information supplied.
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
Not Provided
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: 13/05/2022
V.2.2) Information about tenders
Number of tenders received: 3
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)
Cucina Restaurants Limited, 05655703
St Andrews House, Woking, 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: 6,100,000
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.
Please note the II.2.6 Estimated Value is based on fluctuating values during the last two years. Pre-Covid values ranged between £1.5m - £1.7m.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=696502090
VI.4) Procedures for review
VI.4.1) Review body
Bourne Education Trust
Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
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: 09/06/2022