UK-Camborne: School catering services.
UK-Camborne: School catering services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Crofty Multi Academy Trust
				 Unit 2 The Setons, Tolvaddon Business Park, Camborne, TR14 0HX, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: https://croftymat.org
				 NUTS Code: UKK30
		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/tenders/UK-UK-Camborne:-School-catering-services./9XYX4543H6 
		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:  Crofty Multi Academy Trust ~ 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 will be required to provide catering services for Croft Multi Academy Trust at the following schools:
•Illogan School
•Lanner School
•Pencoys School
•Pennoweth School
•Portreath School
•Rosemellin School
•Roskear School
•Treloweth School
•Weeth School
The contract covers the scope for the provision of all school catering services, which also includes free issue requirements. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  2,500,000 		
		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: 
		UKK30 Cornwall and Isles of Scilly 
  		
		II.2.4) Description of procurement:  The contract 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.
Contract value over the group of schools is circa £500k per year.
Regarding the labour establishments across the MAT, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish.  Therefore, the successful Supplier 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 will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary reports will need to be covered by the successful Supplier, 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 schools will be visited over three days on 17, 18 and 19 March 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 16 March 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.
Please note, the successful Supplier will pay consultancy fee on award of each of this contract, which will be to the value of £6,750.00 plus VAT. 
		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/9XYX4543H6 		
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: 31/01/2020    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  13/03/2020 		
		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.
Documents in respect of economic/financial standing (where indicated in the selection questionnaire) shall bereturned to The Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
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://www.delta-esourcing.com/tenders/UK-UK-Camborne:-School-catering-services./9XYX4543H6
To respond to this opportunity, please click here: 
https://www.delta-esourcing.com/respond/9XYX4543H6
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Crofty Multi Academy Trust
		 Camborne, TR14 0HX, 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: 31/12/2019
Annex A