Tender

School Catering Framework for Liverpool Primary Schools

RPJ3 GROUP

This public procurement record has 1 release in its history.

Tender

05 May 2021 at 16:35

Summary of the contracting process

The RPJ3 Group is currently seeking to establish a school catering framework for primary schools in Liverpool, classified under school catering services. This tender is in the active stage, with key milestones including a submission deadline set for 7th June 2021, followed by invitations for site surveys and tender briefings planned for 30th June 2021. The contract is designed to commence in February 2022 and will have a total duration of five years, allowing potential extensions. The procurement method employed is a selective procedure, targeting a minimum of 2-3 caterers to ensure flexibility and best value for the involved schools.

This tender presents significant opportunities for businesses specialising in catering services, particularly those with a strong local presence and infrastructure capable of supporting multiple schools. Companies interested in this procurement should have a minimum turnover of £250,000 and demonstrate compliance with specific insurance requirements. The framework is ideal for established catering providers looking to expand into the education sector and those willing to adapt their offerings to meet the diverse needs of primary schools in Liverpool.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

School Catering Framework for Liverpool Primary Schools

Notice Description

RPJ3 Group are seeking to procure a number of providers for a multi-supplier framework for catering services for a group of primary schools in Liverpool (LPSG). 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. There will be at least initially 4 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 February 2022. Please note that this process covers all catering services within the schools with full tender costings and proposals for the 4 schools for a contract start in February 2022. 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 early July 2021. Tender responses deadline is planned as mid-August and it is envisaged that interviews will take place in early October. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).

Lot Information

Lot 1

RPJ3 Group are seeking to procure a number of providers for a multi-supplier framework for catering services for a group of primary schools in Liverpool (LPSG). 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. There will be at least initially 4 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 February 2022. Please note that this process covers all catering services within the schools with full tender costings and proposals for the 4 schools for a contract start in February 2022. 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 early July 2021. Tender responses deadline is planned as mid-August and it is envisaged that interviews will take place in early October. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).

Renewal: Option of up to two further annual extensions meaning a 5 year period in total with options.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ad85
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009748-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

55 - Hotel, restaurant and retail trade services


CPV Codes

55524000 - School catering services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 May 20215 years ago
Submission Deadline
7 Jun 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RPJ3 GROUP
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WIRRAL
Postcode
CH46 3SA
Post Town
Chester
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD74 Wirral
Delivery Location
TLD72 Liverpool

Local Authority
Wirral
Electoral Ward
Leasowe and Moreton East
Westminster Constituency
Wallasey

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ad85-2021-05-05T17:35:02+01:00",
    "date": "2021-05-05T17:35:02+01:00",
    "ocid": "ocds-h6vhtk-02ad85",
    "description": "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=222730. 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:222730)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02ad85",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "School Catering Framework for Liverpool Primary Schools",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "55524000",
            "description": "School catering services"
        },
        "mainProcurementCategory": "services",
        "description": "RPJ3 Group are seeking to procure a number of providers for a multi-supplier framework for catering services for a group of primary schools in Liverpool (LPSG). 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. There will be at least initially 4 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 February 2022. Please note that this process covers all catering services within the schools with full tender costings and proposals for the 4 schools for a contract start in February 2022. 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 early July 2021. Tender responses deadline is planned as mid-August and it is envisaged that interviews will take place in early October. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).",
        "lots": [
            {
                "id": "1",
                "description": "RPJ3 Group are seeking to procure a number of providers for a multi-supplier framework for catering services for a group of primary schools in Liverpool (LPSG). 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. There will be at least initially 4 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 February 2022. Please note that this process covers all catering services within the schools with full tender costings and proposals for the 4 schools for a contract start in February 2022. 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 early July 2021. Tender responses deadline is planned as mid-August and it is envisaged that interviews will take place in early October. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option of up to two further annual extensions meaning a 5 year period in total with options."
                },
                "secondStage": {
                    "minimumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKD72"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.mytenders.co.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "periodRationale": "The Framework is for an initial three years with an option to extend for up to two further years"
            }
        },
        "tenderPeriod": {
            "endDate": "2021-06-07T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-06-30T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-15203",
            "name": "RPJ3 Group",
            "identifier": {
                "legalName": "RPJ3 Group"
            },
            "address": {
                "streetAddress": "Leasowe Lodge, Ditton Lane",
                "locality": "Wirral",
                "region": "UKD7",
                "postalCode": "CH46 3SA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1516780193",
                "email": "tenders@rpj3group.co.uk",
                "url": "http://www.mytenders.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.rpj3group.co.uk",
                "buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-103",
            "name": "Public Procurement Review Service",
            "identifier": {
                "legalName": "Public Procurement Review Service"
            },
            "address": {
                "streetAddress": "Cabinet Office",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-15203",
        "name": "RPJ3 Group"
    },
    "language": "en"
}