UK-Truro: School catering services.

UK-Truro: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
The Roseland Multi Academy Trust
Tregony, Truro, TR2 5SE, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.theroselandmat.co.uk/
NUTS Code: UKK30
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://www.delta-esourcing.com/tenders/UK-UK-Truro:-School-catering-services./85B83K339C
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: Cornwall Cluster ~ Catering Services 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/s will be required to provide catering services at the following schools:
•Treviglas Academy
•Penrice Academy
•Poltair School
•Mount Charles School
•Carclaze Community Primary School
•St Mewan Community Primary School
•Lostwithiel Primary School (‘mother kitchen’ to Lanlivery)
•Luxulyan School
•Mevagissey Community Primary School
•Lanlivery Primary school
The contract/s covers the scope for the provision of all school catering services, which also includes free issue requirements.
Contract value over the group of schools is circa £750k per year.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Treviglas Academy
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK30 Cornwall and Isles of Scilly

II.2.4) Description of procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2020 / End: 31/08/2025
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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Z3265RE4JC
II.2) Description Lot No. 2

II.2.1) Title: Cornwall Education Learning Trust
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK30 Cornwall and Isles of Scilly

II.2.4) Description of procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2020 / End: 31/08/2025
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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/A3C8PN5M3T
II.2) Description Lot No. 3

II.2.1) Title: Lanlivery Primary Academy
Lot No: 3
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK30 Cornwall and Isles of Scilly

II.2.4) Description of procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2020 / End: 31/08/2025
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: 17/01/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/02/2020
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 theclosing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of thiscontract 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 forthis contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation ofthe variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, butshall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores morehighly. 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://www.delta-esourcing.com/tenders/UK-UK-Truro:-School-catering-services./85B83K339C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/85B83K339C
VI.4) Procedures for review
VI.4.1) Review body:
Cornwall Cluster Schools
Cornwall, 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: 17/12/2019

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
Cornwall Education Learning Trust
St Austell Business Park, St Austell, PL25 4FD, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://celtrust.org/
NUTS Code: UKK30

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
Lanlivery Primary Academy
Lanlivery, Bodmin, PL30 5BT, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.lanliveryprimary.co.uk/
NUTS Code: UKK30