UK-Northampton: School catering services.

UK-Northampton: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Peterborough Diocese Education Trust
Bouverie Court, 6 The Lakes, Bedford Road, Northampton, NN4 7YD, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.pdet.org.uk/
NUTS Code: UKF2
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Northampton:-School-catering-services./H2U9Z35W29
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
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Peterborough Diocese Education Trust ~ Catering Tender
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: The successful Supplier will be required to provide catering services for PDET at the following locations, split into two lots
II.1.5) Estimated total value:
Value excluding VAT: 4,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Peterborough Diocese Education Trust
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire

II.2.4) Description of procurement: Peterborough Diocese Education Trust ~ PDET (the Client) ~ is a multi-academy trust formed by the Peterborough Diocese Board of Education. Each of our schools maintains its own unique identity but we believe that we can achieve more by working together.

‘A cord of three strands is not easily broken.’ (Ecclesiastes 4:9-12)

Our family of schools seek to serve their local communities; they are inclusive welcoming children of the Christian Faith of other faiths or of no faith, children from all backgrounds and of all abilities. We believe in the infinite worth of each person: children deserve the very best education and staff merit support to deliver this. Although the multi-academy trust was formed initially to support church schools, PDET is happy to work with any community school that shares our values.

The successful Supplier will be required to provide catering services for PDET at the following locations, split into two lots as detailed below;

Lot 1
Barby Church of England Primary School
Braunston Church of England Primary School
Collingtree (Church of England) Primary School
Cranford Church of England Primary School
Freeman's Endowed Church of England Junior Academy
Great Addington Church of England Primary School
Greens Norton Church of England Primary School
Guilsborough Church of England Primary School
Isham Church of England Primary School
Kislingbury Church of England Primary School
Loddington Church of England Primary School
Mears Ashby Church of England Primary School
Milton Parochial Primary School

Silverstone Church of England Primary
Spratton Church of England Primary School
St Andrew's Church of England Primary School & Nursery
St Barnabas Chruch of England School
St James Church of England Primary School
St Luke's Church of England Primary School
St Mary's Church of England Primary School
Staverton Church of England Primary School
Towcester Church of England Primary School
Welford, Sibbertoft & Sulby Endowed School

Lot 2
Pytchley Church of England Primary School
Ringstead Church of England Primary School
Trinity Church of England Primary School
Weldon Church of England Primary School
William Law Church of England Primary School

The contract covers the scope for the provision of all catering services at each of the above schools, which also includes all hospitality and free issue requirements. Although the majority of the schools have their meals freshly prepared, cooked on site, there are some that have a ‘delivered in’ service.
The successful Supplier will be expected to source all fresh produce on a local basis, especially fresh meat, bakery and fruit and vegetables. Contractors will need to demonstrate their approach to sustainability and how the supply carbon footprint can be minimised.

The overall emphasis for this service is on achieving ‘best value’ and the successful Supplier will be expected to demonstrate innovation, flexibility and commercialism.

Also – equally important are the following areas;

Ease of administration – The schools operating models are changing and needing and different approaches are being used at some. What are the innovations in the sector and what would be recommended

A large number of sites need improving with more up to date methods and better equipment. The Trust will look for recommendations on how this would be managed

The contract being offered commences on 1 August 2023 for an initial three-year period and will operate on a fixed cost basis. Although the contract commencement date is 1 August 2023, there will be no catering provision required at any school until September 2023.

See SQ document for more details
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: 3,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2026
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: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
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 respond to this opportunity please click here: https://litmustms.co.uk/respond/K735E5M575
II.2) Description Lot No. 2

II.2.1) Title: Peterborough Diocese Education Trust
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
UKH11 Peterborough

II.2.4) Description of procurement: Peterborough Diocese Education Trust ~ PDET (the Client) ~ is a multi-academy trust formed by the Peterborough Diocese Board of Education. Each of our schools maintains its own unique identity but we believe that we can achieve more by working together.

‘A cord of three strands is not easily broken.’ (Ecclesiastes 4:9-12)

Our family of schools seek to serve their local communities; they are inclusive welcoming children of the Christian Faith of other faiths or of no faith, children from all backgrounds and of all abilities. We believe in the infinite worth of each person: children deserve the very best education and staff merit support to deliver this. Although the multi-academy trust was formed initially to support church schools, PDET is happy to work with any community school that shares our values.

The successful Supplier will be required to provide catering services for PDET at the following locations, split into two lots as detailed below;

Lot 1
Barby Church of England Primary School
Braunston Church of England Primary School
Collingtree (Church of England) Primary School
Cranford Church of England Primary School
Freeman's Endowed Church of England Junior Academy
Great Addington Church of England Primary School
Greens Norton Church of England Primary School
Guilsborough Church of England Primary School
Isham Church of England Primary School
Kislingbury Church of England Primary School
Loddington Church of England Primary School
Mears Ashby Church of England Primary School
Milton Parochial Primary School
Silverstone Church of England Primary
Spratton Church of England Primary School
St Andrew's Church of England Primary School & Nursery
St Barnabas Chruch of England School
St James Church of England Primary School
St Luke's Church of England Primary School
St Mary's Church of England Primary School
Staverton Church of England Primary School
Towcester Church of England Primary School
Welford, Sibbertoft & Sulby Endowed School

Lot 2
Pytchley Church of England Primary School
Ringstead Church of England Primary School
Trinity Church of England Primary School
Weldon Church of England Primary School
William Law Church of England Primary School

The contract covers the scope for the provision of all catering services at each of the above schools, which also includes all hospitality and free issue requirements. Although the majority of the schools have their meals freshly prepared, cooked on site, there are some that have a ‘delivered in’ service.
The successful Supplier will be expected to source all fresh produce on a local basis, especially fresh meat, bakery and fruit and vegetables. Contractors will need to demonstrate their approach to sustainability and how the supply carbon footprint can be minimised.

The overall emphasis for this service is on achieving ‘best value’ and the successful Supplier will be expected to demonstrate innovation, flexibility and commercialism.

Also – equally important are the following areas;

Ease of administration – The schools operating models are changing and needing and different approaches are being used at some. What are the innovations in the sector and what would be recommended

A large number of sites need improving with more up to date methods and better equipment. The Trust will look for recommendations on how this would be managed

The contract being offered commences on 1 August 2023 for an initial three-year period and will operate on a fixed cost basis. Although the contract commencement date is 1 August 2023, there will be no catering provision required at any school until September 2023.

See SQ document for more details.
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: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2026
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: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
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 respond to this opportunity please click here: https://litmustms.co.uk/respond/H2U9Z35W29


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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: Yes
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: 20/01/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/02/2023
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.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Northampton:-School-catering-services./H2U9Z35W29

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/H2U9Z35W29
VI.4) Procedures for review
VI.4.1) Review body:
Peterborough Diocese Education Trust
Bouverie Court, 6 The Lakes, Bedford Road, Northampton, NN4 7YD, 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: 18/11/2022

Annex A