Section one: Contracting authority
one.1) Name and addresses
East Anglian Schools Trust
Ransom Road, Woodbridge
Suffolk
IP12 4JX
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
https://eastanglianschoolstrust.greenhousecms.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/NN48R7N93R
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
East Anglian Schools Trust ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful Supplier will be required to provide Catering services for East Anglian Schools Trust.
two.1.5) Estimated total value
Value excluding VAT: £3,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Suffolk
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
31 August 2026
This contract is subject to renewal
No
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/NN48R7N93R
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
26 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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-Suffolk:-School-catering-services./NN48R7N93R
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/NN48R7N93R
GO Reference: GO-2021224-PRO-17840138
six.4) Procedures for review
six.4.1) Review body
East Anglian Schools Trust
Suffolk
IP12 4JX
Country
United Kingdom