UK-Luton: School catering services.

UK-Luton: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Tennyson Learning Community Multi Academy Trust
Tennyson Road Primary School North, Surrey Street, Luton, LU1 3BZ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.tennysonroad.school/index.asp
NUTS Code: UKH21
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/TR8GS8C68F
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: Tennyson Learning Community 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 Supplier will be required to provide Catering services for Tennyson Learning Community Multi Academy Trust.
II.1.5) Estimated total value:
Value excluding VAT: 1,318,250
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:
UKH21 Luton

II.2.4) Description of procurement: The Trust is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities of the schools, with a focus on exciting new food concepts to satisfy a wide range of pupil taste and dietary requirements. The wish is for the successful contractor to review the current range of services offered at the schools and make recommendations accordingly.
The expectation of the successful contractor is to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, sourced ingredients being prepared on-site. The Schools expect the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.
The Schools within the Trust believe that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.
The schools are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed.
The contract offered covers the scope for the provision of all catering services within the Schools, which currently includes, lunch, hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the Trust prioritise value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.
The successful contractor should also have an established record in successfully managing the TUPE process, the Supplier may also be required to apply for a ‘Pass Through’ admission agreement (ABS) in order to manage the LGPS associated with certain members of the catering team. Furthermore, the contractor should ideally have a strong operational base in the local area.
Ultimately, it is important that the Contractor can demonstrate an ability to manage an efficient catering service through the application of effective staff training, management and quality controls that delivers continual ‘best value’ to all schools within the Trust.
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: 1,318,250
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2024 / End: 31/08/2029
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 Acclerated
Justification for the choice of accelerated procedure: Contract start date
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: 17/05/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/06/2024
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-Luton:-School-catering-services./TR8GS8C68F

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/TR8GS8C68F
VI.4) Procedures for review
VI.4.1) Review body:
Tennyson Learning Community Multi Academy Trust
Tennyson Road Primary School North, Surrey Street, Luton, LU1 3BZ, 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: 22/04/2024

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
Tennyson Road Primary School South
Tennyson Road, Luton, LU1 3RS, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.tennysonroad.school/index.asp
NUTS Code: UKH21

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
Lime Tree Primary Academy
Parkside Drive, Houghton Regis, Bedfordshire, LU5 5QN, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.limetree.academy/index.asp
NUTS Code: UKH2