UK-Suffolk: School catering services.

UK-Suffolk: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
East Anglian Schools Trust
Ransom Road, Woodbridge, Suffolk, IP12 4JX, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://eastanglianschoolstrust.greenhousecms.co.uk/
NUTS Code: UKH14

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.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: East Anglian Schools 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 East Anglian Schools Trust.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 3,800,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKH14 - Suffolk

Main site or place of performance:
Suffolk


II.2.4) Description of the procurement: The successful Supplier will be required to provide Catering services for East Anglian Schools Trust.

The contract covers the scope for the provision of all catering services within each school, which also includes the provision for all hospitality and free issue requirements. To confirm;
Kesgrave High School, Main Rd, Kesgrave, Ipswich IP5 2PB
Farlingaye High School, Ransom Rd, Woodbridge IP12 4JX
Bungay High School and Sixth Form Centre, Queen's Rd, Bungay NR35 1RW

There is also the possibility of a new special school being included within this tender – details will be confirmed as the process progresses
The current contract offers a return to the Client. Within this contract all free school meals and hospitality are recharged at net food cost only.
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 £6,000.00 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.

Inward investment is sought as part of your tender return to help facilitate your service offer and is to be depreciated over the 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.

Please see SQ document for further information.

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/NN48R7N93R


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: 2021/S 000-003737



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: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 15/07/2021

V.2.2) Information about tenders
Number of tenders received: 2
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: Not Provided

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Caterlink Ltd, 03732298
300 Thames Valley Park Drive, Reading, RG6 1PT, United Kingdom
NUTS Code: UKJ1
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: 3,800,000
Total value of the contract/lot: 2,353,298
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=616286387

VI.4) Procedures for review

VI.4.1) Review body
East Anglian Schools Trust
Suffolk, IP12 4JX, 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: 04/08/2021