The Litmus Partnership is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | St John the Baptist Catholic Multi Academy Trust ~ Catering Tender |
Notice type: | Contract Notice |
Authority: | The Litmus Partnership |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The tender project is seeking to appoint a single Supplier whose initiative and innovation will be welcomed for the provision of catering service within the existing facilities for the 8 primary schools and 1 secondary school. •Notre Dame High School, Surrey Street, Norwich, NR1 3PB •St Marys RC Primary School, Kirkley Cliff Road, Lowestoft, NR33 0DG •St Benets Catholic Primary, Ringsfield Road, Beccles, NR34 9PQ •St Edmunds Catholic Primary School, St Marys Street, Bungay, NR32 1AY •St Augustines Catholic Primary School, 19 West End, Costessey, Norwich, NR8 5AG •St Mary & St Peter Catholic Primary School, East Anglian Way, Gorleston, NR31 6QY •Sacred Heart RC Primary School, Tollgate, Bretton, Peterborough, PE3 9XD •St Marthas Catholic Primary School, Field Lane, Kings Lynn, Norfolk, PE30 4AY – To commence 1 August 2022 •St Francis of Assisi Catholic Primary, Jessop Road, Norwich, Norfolk, NR2 3QB |
Published: | 29/04/2021 13:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
St John the Baptist Catholic Multi Academy Trust
Surrey Street, Norwich, NR1 3PB, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stjohnthebaptist-cmat.org.uk/
NUTS Code: UKH15
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/57HY785VH6
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: St John the Baptist Catholic 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 tender project is seeking to appoint a single Supplier whose initiative and innovation will be welcomed for the provision of catering service within the existing facilities for the 8 primary schools and 1 secondary school.
•Notre Dame High School, Surrey Street, Norwich, NR1 3PB
•St Marys RC Primary School, Kirkley Cliff Road, Lowestoft, NR33 0DG
•St Benets Catholic Primary, Ringsfield Road, Beccles, NR34 9PQ
•St Edmunds Catholic Primary School, St Marys Street, Bungay, NR32 1AY
•St Augustines Catholic Primary School, 19 West End, Costessey, Norwich, NR8 5AG
•St Mary & St Peter Catholic Primary School, East Anglian Way, Gorleston, NR31 6QY
•Sacred Heart RC Primary School, Tollgate, Bretton, Peterborough, PE3 9XD
•St Marthas Catholic Primary School, Field Lane, Kings Lynn, Norfolk, PE30 4AY – To commence 1 August 2022
•St Francis of Assisi Catholic Primary, Jessop Road, Norwich, Norfolk, NR2 3QB
II.1.5) Estimated total value:
Value excluding VAT: 3,600,000
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:
UKH15 Norwich and East Norfolk
II.2.4) Description of procurement: The tender project is seeking to appoint a single Supplier whose initiative and innovation will be welcomed for the provision of catering service within the existing facilities for the 8 primary schools and 1 secondary school. The Trust has approximately 3,400 students as well as 50 nursey places on its roll, along with approximately 470 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Trust would wish the successful Supplier to review the current range of services offered, as well as to looking at the delivery of the current catering service and make recommendations accordingly.
The contract being tendered is for three years in duration from 1st January 2022 to the 31st December 2024 with the option to extend for a further two years, the extension would only be for 1 year at a time and will operate as a guaranteed performance contract, with the successful Supplier offering the Trust a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
The academic year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that the schools will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the schools, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School Meals and hospitality will be charged based on consumption and at net food cost.
The successful Supplier will be expected to maximise the sourcing of fresh produce on a local basis, as well as provide support on educating the pupils in healthy eating and where food comes from, as well as having experience of providing a delivered service as this is the case currently at St Marys & St Peters primary school A key requirement is that the delivered service is produced at one of the trusts existing schools.
Whilst the Trust prioritises value for money as a key objective of the competitive tender process, the governing body is not obliged to accept the lowest price.
The value of the current contract (in a non-Covid environment) is circa £720,000 per annum .
Please see further details within SQ Document.
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: 3,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2026
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: 17/06/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/07/2021
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-Norwich:-School-catering-services./57HY785VH6
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/57HY785VH6
VI.4) Procedures for review
VI.4.1) Review body:
St John the Baptist Catholic Multi Academy Trust
Norwich, 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: 29/04/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
St John the Baptist Catholic Multi Academy Trust
Surrey Street, Norwich, NR1 3PB, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stjohnthebaptist-cmat.org.uk/
NUTS Code: UKH15
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: St John the Baptist Catholic 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 tender project is seeking to appoint a single Supplier whose initiative and innovation will be welcomed for the provision of catering service within the existing facilities for the 8 primary schools and 1 secondary school.
•Notre Dame High School, Surrey Street, Norwich, NR1 3PB
•St Marys RC Primary School, Kirkley Cliff Road, Lowestoft, NR33 0DG
•St Benets Catholic Primary, Ringsfield Road, Beccles, NR34 9PQ
•St Edmunds Catholic Primary School, St Marys Street, Bungay, NR32 1AY
•St Augustines Catholic Primary School, 19 West End, Costessey, Norwich, NR8 5AG
•St Mary & St Peter Catholic Primary School, East Anglian Way, Gorleston, NR31 6QY
•Sacred Heart RC Primary School, Tollgate, Bretton, Peterborough, PE3 9XD
•St Marthas Catholic Primary School, Field Lane, Kings Lynn, Norfolk, PE30 4AY – To commence 1 August 2022
•St Francis of Assisi Catholic Primary, Jessop Road, Norwich, Norfolk, NR2 3QB
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,600,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH15 - Norwich and East Norfolk
Main site or place of performance:
Norwich and East Norfolk
II.2.4) Description of the procurement: The tender project is seeking to appoint a single Supplier whose initiative and innovation will be welcomed for the provision of catering service within the existing facilities for the 8 primary schools and 1 secondary school. The Trust has approximately 3,400 students as well as 50 nursey places on its roll, along with approximately 470 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Trust would wish the successful Supplier to review the current range of services offered, as well as to looking at the delivery of the current catering service and make recommendations accordingly.
The contract being tendered is for three years in duration from 1st January 2022 to the 31st December 2024 with the option to extend for a further two years, the extension would only be for 1 year at a time and will operate as a guaranteed performance contract, with the successful Supplier offering the Trust a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
The academic year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that the schools will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the schools, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School Meals and hospitality will be charged based on consumption and at net food cost.
The successful Supplier will be expected to maximise the sourcing of fresh produce on a local basis, as well as provide support on educating the pupils in healthy eating and where food comes from, as well as having experience of providing a delivered service as this is the case currently at St Marys & St Peters primary school A key requirement is that the delivered service is produced at one of the trusts existing schools.
Whilst the Trust prioritises value for money as a key objective of the competitive tender process, the governing body is not obliged to accept the lowest price.
The value of the current contract (in a non-Covid environment) is circa £720,000 per annum .
Please see further details within SQ Document.
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: 2021/S 000-009282
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: 24/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
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)
Aspens Services Ltd, 06561073
Teme House Whittington Hall, Teme House Whittington Hall, Worcester, WR5 2RY, United Kingdom
NUTS Code: UKG12
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: 3,600,000
Total value of the contract/lot: 4,764,551
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.
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=631980324
VI.4) Procedures for review
VI.4.1) Review body
St John the Baptist Catholic Multi Academy Trust
Norwich, 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: 06/10/2021