UK-Ipswich: School catering services.

UK-Ipswich: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Orwell Multi Academy Trust
Halifax Primary School, Prince Of Wales Drive, Ipswich, IP2 8PY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.omat.org.uk
NUTS Code: UKH14
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/respond/C2M4533J28
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://litmustms.co.uk/respond/C2M4533J28 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: Orwell Multi Academy 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 bidder will be required to provide catering services for Orwell Multi Academy Trust.
Please be advised that this tender is being run on an open process. Bidders must submit both their SQ and tender response by 24th February 2023 at 12.00. Please see below access links for both stages:
SQ https://litmustms.co.uk/respond/C2M4533J28
Tender https://litmustms.co.uk/respond/79TMRBK638
II.1.5) Estimated total value:
Value excluding VAT: 2,450,000
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:
UKH14 Suffolk

II.2.4) Description of procurement: Catering at Orwell Multi Academy Trust (OMAT) is generally regarded by stakeholders as being at even keel, with a settled workforce and safe systems of work being applied. The catering service does seem to be lacking in confidence and style and in consistency from school to school, which should be standard components, post Covid for a MAT with good facilities and relatively close locality.
The reason for this accelerated process is the incumbent service provider’s desire to exit the contract a term early due to a reassessment of operating priorities.
The Trust expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, with ideally some locally sourced ingredients being prepared on-site. The Trust expects the successful Supplier to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.

Every child matters link:

https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/272064/5860.pdf

The Trust believes that school meals should be accessible for all children and would love every child to have the value and benefit from a hot meal daily, and if not a hot meal then a nutritionally balanced and controlled cold offer from the ‘pick and mix’ menu.
As a Trust who are continually seeking ways to improve and develop the ethos and environment for pupils and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Supplier’s tender submission would be welcomed. The facilities are generally good with functioning and well maintained core equipment – some of the more obvious (and significant) equipment gaps are noted in the kitchen snapshot part of the data pack.
The trust would also welcome bidders to create an as environmentally friendly provision as possible.
The trust intends the contract to give as much cost certainty as possible, through potential guaranteeing maximum key cost lines, cost of labour, management fee and elements of sundry spend, however the trust would expect any profit share scheme proposed to be with each individual school as opposed to trust level, therefore rewarding local best practices.
The core objectives of the trust for the catering service are as follows:
•To provide a food offer that fuels and inspires it’s pupils and staff with quality and consistency
•To find a service partner that proactively develops the menu and takes ownership of service development
•To develop the skills, competence and confidence of the loyal existing workforce to help raise quality and drive standards and consistency from school to school

Full details in relation to Orwell Multi Academy Trust and the latest Ofsted report findings may be obtained by visiting:
Home | Orwell Multi Academy Trust (omat.org.uk)

The contract being tendered is for three years and one term in duration - from April 2023 to 31st August 2026 with the option to extend for a further two years, the extension would only be for 1 year at a time and is expected to operate as a cost plus with guarantees contract, with the successful Supplier offering the Trust guaranteed lines or the caterer offering a guaranteed annual return for the provision of catering services. The school will maintain sovereignty of tariff throughout the contract and will work in partnership with the contractor to address any operational issues. The trust has a realistic approach to the current issues of food cost price inflation and Labour rate rises and will work in partnership with the chosen service partner to accommodate budgetary adjustments if they are required.
See SQ document for further 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: 2,450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2023 / End: 31/08/2028
This contract is subject to renewal: No
Description of renewals: Not provided

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/C2M4533J28


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 OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 24/02/2023 Time: 12:00

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
IV.2.7) Conditions for opening of tenders:
Date: 24/02/2023
Time: 12:00


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-Ipswich:-School-catering-services./C2M4533J28

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/C2M4533J28
VI.4) Procedures for review
VI.4.1) Review body:
Orwell Multi Academy Trust
Ipswich, 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: 24/01/2023

Annex A