UK-Surrey: School catering services.

UK-Surrey: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Weydon Multi Academy Trust
Weydon Lane, Farnham, Surrey, GU9 8UG, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.weydonmat.co.uk/
NUTS Code: UKJ2
I.2) Joint procurement
The contract involves joint procurement: Yes.
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/95QZ43834X
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: Weydon 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: WMAT is a multi-academy trust currently comprising 7 schools in the Farnham /Godalming/Woking area. The Trust was formed in 2017 and currently includes 4 secondary schools and 3 special needs schools. We are looking to appoint a Contractor whose initiative, partnership and innovation will be welcomed for the provision of service within existing facilities for students and staff.
II.1.5) Estimated total value:
Value excluding VAT: 6,700,000
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:
UKJ2 Surrey, East and West Sussex

II.2.4) Description of procurement: WMAT is a multi-academy trust currently comprising 7 schools in the Farnham /Godalming/Woking area. The Trust was formed in 2017 and currently includes 4 secondary schools and 3 special needs schools.
Catering Cash Sales per School are shown separately.
Total contract value over a 3 + 2-year contract term = £6.7m
We are looking to appoint a Contractor whose initiative, partnership and innovation will be welcomed for the provision of service within existing facilities for students and staff. Our next partner will focus on delivering a wide range of inspiring, high quality and healthy food concepts which will satisfy a wide range of pupil tastes and dietary requirements. The Trust would welcome the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years, plus two beginning on 1st September 2024 and ending on 31st August 27. The contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Trust a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
Trading Days
The school year is based on a calendar of 195 days. Five days are used for staff professional development (INSET) with some catering requirements on 1 or 2 days for each school. The Trust currently operates a long weekend school closure in the last weekend of November, which all schools other than Ridgeway, partake in. This means that our Schools will be open to students for 188 days. The secondary schools also close early at the end of terms, with a morning break service only.
The contract offered covers the scope for the provision of all catering services within the schools in the Trust, which currently includes morning break, lunch, all hospitality and free meal / duty meal requirements in secondary schools. The Special Needs schools do not currently require a morning break service. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
The value of the current contract is included as a separate attachment.
WMAT requires the successful contractor to enable the continued development of catering through the provision of an innovative, quality, healthy food service, with fresh, seasonal, locally sourced ingredients (where financially viable) being prepared on-site. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement the principal values of the Trust.
The Trust places great importance on the catering partnership within schools. Providing students and staff with attractive, high quality healthy food choices is very important. Our catering offer has a significant impact on the culture of our schools and so this tender is very important to us. We would like to encourage:
•high quality food options
•increased take-up of Free School Meal entitlements
•increased numbers of students choosing a main meal option
•students eating on China / cutlery.
•greater sustainability practices across the catering provision including fewer single use plastics, recycling/reduction of food waste and wider sustainable practices.
•additional opportunities for our catering partner to support the Trust Vision of ‘Transforming Lives’ through educational work with students to understand the importance and relevance of healthy eating habits for life.

Please 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: 6,700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2024 / End: 31/08/2027
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: 09/02/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/03/2024
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-Surrey:-School-catering-services./95QZ43834X

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/95QZ43834X
VI.4) Procedures for review
VI.4.1) Review body:
Weydon Multi Academy Trust
Weydon School, Weydon Lane, Farnham, Surrey, GU9 8UG, 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: 15/12/2023

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
The Abbey School
The Abbey School, Menin Way, Farnham, Surrey, GU9 8DY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.abbey.surrey.sch.uk/
NUTS Code: UKJ2

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Farnham Heath End School
Hale Reeds, Farnham, Surrey, GU9 9BN, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.fhes.org.uk/
NUTS Code: UKJ2

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
The Park School
The Park School, Onslow Crescent, Woking, Surrey, GU22 7AT, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepark.surrey.sch.uk/
NUTS Code: UKJ2

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
The Ridgeway School
14 Frensham Road, Farnham, Surrey, GU9 8HB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.ridgeway.surrey.sch.uk/
NUTS Code: UKJ2

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Rodborough School
Petworth Road, Milford, Godalming, Surrey, GU8 5BZ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.rodborough.surrey.sch.uk/
NUTS Code: UKJ2

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Weydon School
Weydon Lane, Farnham, Surrey, GU9 8UG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.weydonschool.surrey.sch.uk/
NUTS Code: UKJ2

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Woolmer Hill School
Woolmer Hill Road, Haslemere, Surrey, GU27 1QB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: http://www.woolmerhill.surrey.sch.uk/
NUTS Code: UKJ2