UK-Lincoln: School catering services.

UK-Lincoln: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Lincoln Anglican Academy Trust
103 Newport, Lincoln, LN1 3EE, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.thelaat.co.uk/
NUTS Code: UKF3
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/TP25VD2N6N
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: Lincoln Anglican 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 Lincoln Anglican Academy Trust
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
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:
UKF3 Lincolnshire

II.2.4) Description of procurement: The successful Supplier will be required to provide Catering services for Lincoln Anglican Academy Trust

The contract covers the scope for the provision of all catering services within each of the schools currently being tendered, which includes the provision for all hospitality and free issue requirements. The service requirement covers a combination of meals freshly cooked on site and also delivered in meals

To confirm - the process is to be to be inclusive of the requirements for the following locations:
Ulceby St Nicholas Church of England Primary School
East Ravendale Church Of England Primary School
Canon Peter Hall CofE Primary School
St Peter’s C of E Primary Academy
Wrawby St Mary's CofE Primary School (from March 2022)

The duration of the contract being offered is three years commencing on 1st September 2021 and concluding on 31 August 2024, with the potential for an extension of up to a further two years. The contract being offered is based on a guaranteed performance basis.

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 £5,000.00 plus VAT. This fee will be invoiced immediately after the 10 day standstill period ends (by 31 July 2021). 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 full fee will be paid by the successful Supplier, in full to The Litmus Partnership, by no later than 31 August 2021.
It is expected that the successful Supplier will work very closely with the Client and engage with the school curriculum moving forwards into this contract term.
The Client wishes for the successful Supplier to be able to offer innovation and to make some changes to the service provision within the school during the course of the new contract term.

For the avoidance of doubt TUPE Regulations including pension rights will apply to this contract where applicable.

The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the Client on the contract performance. It is imperative that an open book policy is offered to ensure that the School has total clarity on financial performance of the contract.

The Client is seeking both innovation and the application of current food trends within the tender submissions and would expect as a result of this to be able to identify ‘Best Value’ in both financial and qualitative terms and work in partnership with the chosen Supplier moving into this contract term.

It is anticipated that the number of schools wishing to participate in the tender will grow during the course of the tender process and also during the life of the contract as new schools join the Trust. The provision of catering services to these schools when they have joined will fall under the scope of this contract if required. As further schools in addition to those listed join, the contractor will pay a consultancy fee to the Litmus Partnership prior to the commencement of the service.

The successful Supplier will be expected to provide the catering services within these additional schools using the same costing model, ratios, etc that were applied to the successful bid at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust

Please see SQ document for further 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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2021 / End: 31/08/2026
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: 01/04/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/04/2021
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-Lincoln:-School-catering-services./TP25VD2N6N

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/TP25VD2N6N
VI.4) Procedures for review
VI.4.1) Review body:
Lincoln Anglican Academy Trust
Lincoln, LN1 3EE, 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: 24/02/2021

Annex A