UK-Staffordshire: School catering services.

UK-Staffordshire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
The Key Educational Trust ~ Catering Tender
Old Road, Stone, Staffordshire, ST15 8JD, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.thekeyeducationaltrust.org.uk
NUTS Code: UKG2
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/59X3Q67FSY
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: The Key Educational 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 tenderer will be required to provide catering services for The Key Educational Trust (KET).
II.1.5) Estimated total value:
Value excluding VAT: 300,000
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:
UKG2 Shropshire and Staffordshire

II.2.4) Description of procurement: The successful tenderer will be required to provide catering services for The Key Educational Trust (KET).
The contract covers the scope for the provision of all schools catering services, which also includes all hospitality and free issue requirements at the following sites;
•Christ Church Academy – Old Road, Stone, Staffordshire, ST15 8JD
•Christ Church First School - Northesk Street, Stone, Staffordshire, ST15 8EP
•Oulton First School – Rock Crescent, Outlon, Stone, Staffordshire, ST15 8UH
Below is an overview of the academies currently in the Trust:
Christ Church Academy (CCA)
The largest academy in the Trust, a middle school covering Year 5 to 8 (age 9-13yrs) and currently has 552 pupils and a PAN of 600. The school has a purpose-built dining centre, preparing and serving a range of hot and cold options for lunch. A range of pre-packed sandwiches and bottled drinks are also available. Additionally, the dining centre offers breakfast items during the morning break at a cost per item.
Christ Church CofE First School (CCFS)
Covers Reception to Year 4 (age 3-9yrs) and currently has 146 pupils and a PAN of 148.
Oulton CofE First School (OFS)
Covers Nursery (12 x 15 hour funded places), Reception to Year 4 (age 3-9yrs) and currently has 69 pupils and 11 filled nursery places. OFS PAN is 70 (reception to year 4).
Christ Church CofE First School receives its meals from Christ Church Academy, where-as Oulton CofE First School receives its meals from another school located outside The Key Educational Trust – As an output of this tender we would like to look at Oulton CofE First School receiving its meals also from Christ Church Academy.
The catering is currently delivered by way of contracted service.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of all catering services within the Trust. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a new food service offer with consistent high standards of food operations across all three Schools.
Regular customer and parental engagement will be required to ensure this is the case moving into the contract term.
These new standards of operation should meet the needs of the pupils’ moving forwards into this contract term. The current range of foods needs to be expanded along with the service provision. It is one of the objectives of this tender that the successful contractor will utilise the local supply chain and farming” belt” in the Staffordshire area to source all fresh produce, namely being:
Bakery Products
Meat
Fruit and Vegetables
Dairy Products
The contract will operate on a guaranteed cost basis with all universal free school meals and free school meals charged to the client monthly at the gross tariff price. All hospitality will be charged on a net food cost basis.
The approximate cost of the contract per annum is £50,000.00 plus VAT
The Key Educational Trust is expected to grow in the number of schools becoming part of the trust during this contract period, and the provision of catering services within these schools when they have joined the MAT will fall under the scope of this contract. The successful contractor will be expected to provide this service within these additional schools using the same costing model, ratios etc. that they applied to their successful tender submission for The Key Educational Trust at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the KET.
Please note: Further schools may be added to the contract during the tender process and during the life of the contract as detailed above.
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: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2029
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: Not provided


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: 10/03/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/04/2023
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-Staffordshire:-School-catering-services./59X3Q67FSY

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/59X3Q67FSY
VI.4) Procedures for review
VI.4.1) Review body:
Key Educational Trust
Staffordshire, 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: 01/02/2023

Annex A