UK-North Somerset: School catering services.
UK-North Somerset: School catering services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Clevedon Leaning Trust
				 Valley Road, Clevedon, North Somerset, BS21 6AH, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: https://www.clevedonlearningtrust.org.uk/index.asp
				 NUTS Code: UKK12
		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://www.delta-esourcing.com/tenders/UK-UK-North-Somerset:-School-catering-services./H2U6W49276 
		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:  Clevedon Learning 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 Clevedon Learning Trust. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  1,350,000 		
		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: 
		UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire 
  		
		II.2.4) Description of procurement:  The successful tenderer will be required to provide all catering services within the Trust, which also includes all hospitality and free issue requirements.
Clevedon Learning Trust is an established Multi Academy Trust (MAT) which includes currently the following academies where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.  The Schools which currently form the Trust are:
1.Mary Elton (currently offering a delivered service to All Saints) 
2.Yeo Moor
3.St Nicholas Chantry
4.Tickenham 
5.Northgate (currently offering a delivered service to Puriton and Westonzoyland)
6.Westover Green
7.Willowdown (currently offering a delivered service Wembdon and Woolavington)
8.Chestnut Park
The contract being tendered is for three years in duration from 1 April 2022 until 31 March 2025, with the option to extend for a further term excluding the right to further extend. The contract being offered and will be guaranteed performance in nature.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of all catering services within the Trust.  The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a new food service offer with consistent high standards of food operations across all Schools.
Regular customer and parental engagement will be required to ensure this is the case moving into the contract term
These new standards of operation should meet the needs of the pupils moving forwards into this contract term.  The current range of foods needs to be expanded along with the service provision. It is one of the objectives of this tender that the successful contractor will utilise the local supply chain and farming” belt” in North Somerset to source all fresh produce, namely being:
Bakery Products
Meat
Fruit and Vegetables
Dairy Products
The contract will operate on guaranteed cost per year with all universal free school meals, free school meals and hospitality being charged based on consumption and at net food cost.
The approximate cost of the contract per annum is £450,000.00 plus VAT
The Multi Academy Trust is expected to grow in the number of schools becoming part of the trust during this contract period, and the provision of catering services within these schools when they have joined the MAT will fall under the scope of this contract.  The successful contractor will be expected to provide this service within these additional schools using the same costing model, ratios etc. that they applied to their successful tender submission for the Clevedon Learning Trust 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 MAT.
Indeed a new three form entry Primary School is being built in Bishops Cleeve “Greenacres” which is due to open in September 2023 and whose catering provision will fall under the scope of this contract once opened.
Please note: Further schools may be added to the contract during the tender process and during the life of the contract as detailed above. 
		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:  1,350,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Start: 01/04/2022 / End: 31/03/2025 		
		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: 03/09/2021    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  11/10/2021 		
		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-North-Somerset:-School-catering-services./H2U6W49276
To respond to this opportunity, please click here: 
https://litmustms.co.uk/respond/H2U6W49276
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Clevedon Learning Trust
		 Valley Road, Clevedon, North Somerset, BS21 6AH, 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: 22/07/2021
Annex A