UK-Truro: School catering services.

UK-Truro: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

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.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 3,750,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Treviglas Academy
Lot No:1

II.2.2) Additional CPV code(s):
55524000 - School catering services.


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

Main site or place of performance:
Cornwall and Isles of Scilly


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


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 code(s):
55524000 - School catering services.


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

Main site or place of performance:
Cornwall and Isles of Scilly


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


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 code(s):
55524000 - School catering services.


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

Main site or place of performance:
Cornwall and Isles of Scilly


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2019/S 246-606210



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: 1
Title: Cornwall Cluster ~ Catering Services Tender Lot No. 1

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 18/05/2020

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Compass Contract Services (UK) Ltd, 02114954
Parklands Court, 24 Parklands, Rubery, Birmingham, B45 9PZ, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 341,567.46
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: Cornwall Cluster ~ Catering Services Tender Lot No. 2

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 15/05/2020

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Compass Contract Services (UK) Ltd, 02114954
Parklands Court, 24 Parklands, Rubery, Birmingham, B45 9PZ, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,305,749.26
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.3)

Contract No: Not Provided
Lot Number: 3
Title: Cornwall Cluster ~ Catering Services Tender Lot No. 3

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 18/05/2020

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Compass Contract Services Ltd, 02114954
Parklands Court, 24 Parklands, Rubery, Birmingham, B45 9PZ, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 30,332.85
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=516114936

VI.4) Procedures for review

VI.4.1) Review body
Cornwall Cluster Schools
Cornwall, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 13/08/2020

ANNEX A

I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
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

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