Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Cheshire Collaborative School Group
Alsager School, Hassall Road, Alsager
Cheshire
ST7 2HR
UK
Person cyswllt: Neil Mayers
Ffôn: +44 7810874152
E-bost: neil@rpj3group.co.uk
NUTS: UKD6
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.rpj3group.co.uk
Cyfeiriad proffil y prynwr: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.mytenders.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.mytenders.co.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Addysg
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Cheshire Collaborative School Group Framework Catering Tender
II.1.2) Prif god CPV
55524000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
55524000
II.2.3) Man cyflawni
Cod NUTS:
UKD6
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option of up to two further annual extensions meaning a 5 year period in total with options.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 3
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: The Framework is for an initial three years with an option to extend for up to two further years
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/10/2022
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
12/12/2022
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Public Procurement Review Service
Cabinet Office
London
UK
Ffôn: +44 3450103503
E-bost: publicprocurementreview@cabinetoffice.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Dyddiad anfon yr hysbysiad hwn
30/09/2022