UK-Norwich: School catering services.

UK-Norwich: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Evolution Academy Trust
Suite 1 Keswick Hall, Norwich, NR4 6TJ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.evolutionacademytrust.co.uk
NUTS Code: UKH15
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/respond/F9N99535Q9
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: Evolution 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 tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 12 primary schools. The Trust has 3,950 students on its roll, along with 721 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Trust would wish the successful Supplier to review the current range of services offered, as well as to looking at the delivery of the current catering service and make recommendations accordingly.
The contract being tendered is for three years in duration from 2 November 2020 to 1 November 2023 with the option to extend for a further two years, the extension would only be for 1 year at a time and will operate as a guaranteed performance contract, with the successful Supplier offering the Trust a guaranteed return / cost per annum for the provision of catering services.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
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:
UKH17 Breckland and South Norfolk
UKH14 Suffolk
UKH16 North and West Norfolk
UKH15 Norwich and East Norfolk

II.2.4) Description of procurement: Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
The academic year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that the schools will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the schools, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School Meals and hospitality will be charged based on consumption and at net food cost.
The successful Supplier will be expected to maximise the sourcing of fresh produce on a local basis, as well as provide support on educating the pupils in healthy eating and where food comes from.
Whilst the Trust 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 circa £1,000,000 per annum.
Please note that the successful Supplier will pay The Litmus Partnership a consultancy fee on award of this contract, which will be to the value of £10,500.00 plus VAT. This fee will be invoiced immediately after the 10-day standstill period ends on 28 September 2020. To ensure transparency, you will clearly show within your management fee a breakdown of this consultancy fee, over the length of the contract. The total fee will be paid by the successful Supplier, in full to The Litmus Partnership, by no later than Monday 12 October 2020.
This fee covers the provision of services to the following schools;
•Angel Road Infant School, 81 Angel Road, Norwich, Norfolk, NR3 3HR
•Angel Road Junior School, Angel Road, Norwich, Norfolk, NR3 3HS
•Bignold Primary School, Wessex Street, Norwich, Norfolk, NR2 2SY
•Coldfair Green Primary School, Judith Avenue, Knodishall, Suffolk, IP17 1UY
•Costessey Primary School, Three Mile Lane, Norwich, Norfolk, NR5 0RR
•Dell Primary School, Dell Road, Lowestoft, Suffolk, NR33 9NT
•Eaton Primary School, Duverlin Close, Norwich, Norfolk, NR4 6HS
•Elm Tree Primary School, Ranworth Avenue, Lowestoft, Suffolk, NR33 9HN ~ to commence January 2021
•Filby Primary School, Thrigby Road, Filby, Norfolk, NR29 3HJ
•Nelson Infant School, Northumberland Street, Norwich, NR2 4DR
•Poplars Primary School, St Margaret’s Road, Lowestoft, Suffolk, NR33 4HN
•Wensum Junior School, Wensum Road, Norwich, Norfolk, NR2 4HB
The Trust expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The Trust expects the successful Supplier to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.
The Trust believes 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. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students.
As a Trust who 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 inward capital investment as part of the Supplier’s tender submission would be welcomed. The Trust would wish for the Supplier to look at making this investment within Elm Tree Primary and Eaton Primary Schools kitchens.
Please be advised that this contract will be let on a 3 + 1 + 1 basis.
Further information is provided in the SQ Document.
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: 02/11/2020 / End: 01/11/2025
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: 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: 12/06/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/07/2020
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 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-Norwich:-School-catering-services./F9N99535Q9

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/F9N99535Q9
VI.4) Procedures for review
VI.4.1) Review body:
Evolution Academy Trust
Norwich, 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: 07/05/2020

Annex A