UK-West Yorkshire: School catering services.
UK-West Yorkshire: School catering services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Accord Multi Academy Trust
				 Storrs Hill Road, Ossett, West Yorkshire, WF5 0DG, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: https://accordmat.org/
				 NUTS Code: UKE4
		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.3) Communication
		The procurement documents are available for unrestricted and full direct access, free of charge, at:    https://litmustms.co.uk/respond/MKAP67T78V 
		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:  Accord Multi 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 Accord Multi Academy Trust (located in the Wakefield area) with the following schools; 
~ Horbury Primary Academy, Northfield Lane, Horbury, Wakefield, WF4 5DW
~ Middlestown Primary Academy, Cross Road, Middlestown, Wakefield, WF4 5QE
~ Horbury Academy, Wakefield Road, Horbury, Wakefield, WF4 5HE
~ Ossett Academy, Storrs Hill Road, Ossett, WF5 0DG 		
		II.1.5) Estimated total value:
		Value excluding VAT:  4,000,000 		
		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: 
		UKE4 West Yorkshire 
  		
		II.2.4) Description of procurement:  The successful Supplier will be required to provide Catering services for Accord Multi Academy Trust (located in the Wakefield area) with the following schools; 
~ Horbury Primary Academy, Northfield Lane, Horbury, Wakefield, WF4 5DW
~ Middlestown Primary Academy, Cross Road, Middlestown, Wakefield, WF4 5QE
~ Horbury Academy, Wakefield Road, Horbury, Wakefield, WF4 5HE
~ Ossett Academy, Storrs Hill Road, Ossett, WF5 0DG
Contract value = £800k per annum current turnover 
The contract will be for a period of 3 years with the option to extend for a further 2 years. 
Accord Multi Academy Trust has approx. 3,466 pupils 
Horbury Primary 449
Middlestown Primary Academy 196
Ossett Academy 1730
Horbury Academy 1091
The two primary schools are currently outsourced, and the secondary schools are managed in house.  The Trust is putting its catering contract out to tender for all 4 schools with a contract start date of 1st September 2024 and a phased approach. The contract management for the 2 primary schools, will commence 1st September 2024 with the two secondary schools following in January 2025.
Horbury Primary Academy is currently a receiving kitchen, so catering for the first term will be produced by the Trust in House team at Ossett Academy and transferred to Horbury Primary.  The successful provider will be asked to contribute to the management of the catering at the two secondary schools on an Executive Lease type arrangement for the first term, this to include the set up and overseeing of the production and transfer of meals for Horbury Primary Academy. The awarded contractor will need to make provision for investment for Horbury Primary to be a production kitchen from 1st January 2025. 
There will be members of catering staff who are in the Local Government Pension Scheme. Therefore, Admitted Body Status will apply.
In addition, it is worth noting that Accord has recently had approval from the DfE to onboard a further school which has 88 pupils and is in the same locality. Subject to the transfer going ahead, when their current catering contract is due for review (31st March 2025) there would be an opportunity to bring that school under the same provider at that time. 
The Trusts’ Vision and Values are: 
At Accord, we celebrate our differences through strong collaboration and inspire all members of our learning community to be the best they can be. We believe that working together makes us stronger and the support and challenge of each other enriches each of our academies and the Trust.
Our academies work on the following key principles:
Ambitious for our young people and staff
Creating a positive climate and an ethos for learning and success
Collaborative to secure the best possible learning experiences for young people and staff.
Opening Doors for parents, carers and the community and being fully inclusive
Resilient in order to develop young people and staff a mindset for success.
Dynamic and reflective learning communities 
		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:  4,000,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Start: 01/09/2024 / End: 31/08/2029 		
		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 Acclerated	
		Justification for the choice of accelerated procedure: September start date.	
	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: 12/04/2024    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  06/05/2024 		
		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  Yes 		
	Electronic invoicing will be accepted  Yes 		
	Electronic payment will be used  Yes 		
	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-West-Yorkshire:-School-catering-services./MKAP67T78V
To respond to this opportunity, please click here: 
https://litmustms.co.uk/respond/MKAP67T78V
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Accord Multi Academy Trust
		 Storrs Hill Road, Ossett, West Yorkshire, WF5 0DG, 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: 18/03/2024
Annex A
	IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
		Purchased on behalf of other contracting authority details:
		1: Contracting Authority
		 Horbury Primary Academy
		 Northfield Lane, Horbury, Wakefield, WF4 5DW, United Kingdom
		 Email: tenders@litmuspartnership.co.uk
		 Main Address: https://horburyprimary.accordmat.org/
		 NUTS Code: UKE4
	IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
		Purchased on behalf of other contracting authority details:
		2: Contracting Authority
		 Middlestown Primary Academy
		 Cross Road, Middlestown, Wakefield, WF4 5QE, United Kingdom
		 Email: tenders@litmuspartnership.co.uk
		 Main Address: https://middlestown.accordmat.org/
		 NUTS Code: UKE4
	IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
		Purchased on behalf of other contracting authority details:
		3: Contracting Authority
		 Horbury Academy
		 Wakefield Road, Horbury, Wakefield, WF4 5HE, United Kingdom
		 Email: tenders@litmuspartnership.co.uk
		 Main Address: https://horbury.accordmat.org/
		 NUTS Code: UKE4
	IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
		Purchased on behalf of other contracting authority details:
		4: Contracting Authority
		 Ossett Academy
		 Storrs Hill Road, Ossett, West Yorkshire, WF5 0DG, United Kingdom
		 Email: tenders@litmuspartnership.co.uk
		 Main Address: https://ossett.accordmat.org/
		 NUTS Code: UKE4