UK-Worcester,: School catering services.

UK-Worcester,: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Elements Diocesan Learning Trust
16 Lowemoor Wharf Lowesmoor,, Worcester,, WR1 2RS, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://edlt.org.uk/
NUTS Code: UKG12
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://www.delta-esourcing.com/tenders/UK-UK-Worcester%2C:-School-catering-services./29A9646N5V
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: Elements Diocesan Learning 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: Established in 2021, the Trust was founded to provide a community for like-minded Primary Schools from within the Diocese of Worcester and specifically within the Metropolitan Borough of Dudley
II.1.5) Estimated total value:
Value excluding VAT: 1,185,000
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:
UKG12 Worcestershire

II.2.4) Description of procurement: Established in 2021, the Trust was founded to provide a community for like-minded Primary Schools from within the Diocese of Worcester and specifically within the Metropolitan Borough of Dudley. Our four founding schools are all are deeply committed to implementing a collaborative approach to working and securing excellent educational provision for all pupils, whilst having one shared voice in education for the Borough. 
We believe in growing from and growing through the rich diversity of backgrounds and beliefs that are found within our Dudley communities.
All schools within Elements collaborate to share their professional expertise and partner with the wider community so all can flourish.
Christ Church CofE Primary School:
We are a large school with a nursery unit, in the heart of Coseley with children aged three to eleven years.
We are privileged to be one of four founding member primary schools of Elements Diocesan Learning Trust and it’s overarching Christian vision of ‘Flourishing together, in the love of God’. The Trust enables our staff and children to come together alongside like-minded people to speak with one shared voice and ensure that all members of our learning community can reach their full potential.
Our curriculum is exciting and designed to support children to grow and flourish in all aspects of their personhood: academically, socially, physically, and spiritually. We want our pupils to be aspirational, confident, and empowered so that they become lifelong learners. Through our broad, inclusive curriculum, children are encouraged to be responsible, reflective, and thoughtful citizens who care about their local community and the wider world.
Church of the Ascension Primary School:
Founded in the mid Nineteenth Century, Church of the Ascension Primary School has long been at the heart of the village of Wall Heath. Our school has a warm, vibrant atmosphere where purposeful learning takes place. Maths and English are given high priority within a context of a creative curriculum. We are committed to development of the whole child and ensure that sport, music, and art are also given high priority; a range of after school activities both sporting and creative ensure a wealth of opportunities for all our children.

We believe we are a successful, nurturing primary school with a firm focus upon traditional values. We have excellent links with The Church of the Ascension which is situated across the road from the school.
The school hosts a breakfast and after school club to accommodate the needs of parents who need to drop or collect pupils at different times to the school’s traditional hours.
St Mary’s CE (VC) Primary School:
We encourage respect for the spiritual and moral beliefs of the Christian tradition. We work within the Christian framework to support all children to find fulfilment and to flourish as individuals. We value every child for their own uniqueness.
We are passionate about providing a relevant, fun and effective curriculum, both indoors and outdoors, that promotes the best possible education and opportunities for all of our children.
We aim to foster the development of the whole child, ensuring each child experiences a happy, safe and secure school environment. We offer a broad, balanced, and enriched curriculum built around making learning fun and equipping children with the skills they need for the future.
The requirement:
The successful Supplier will be required to provide Catering services, initially for Christ Church CofE Primary, Church of the Ascension Primary and St Mary’s CE (VC) Primary Schools.
This is the first time that the Trust has put their catering requirement to competitive tender for these three Schools.
The Trust is actively considering growing the number of schools during the contract period. See SQ document for more information
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: 1,185,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2029
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: 15/09/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/10/2023
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-Worcester%2C:-School-catering-services./29A9646N5V

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/29A9646N5V
VI.4) Procedures for review
VI.4.1) Review body:
Elements Diocesan Learning Trust
Worcester, 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: 07/08/2023

Annex A