Opportunity

Unity Schools Partnership - Catering Services

  • Unity Schools Partnership

F02: Contract notice

Notice reference: 2022/S 000-007473

Published 18 March 2022, 4:48pm



Section one: Contracting authority

one.1) Name and addresses

Unity Schools Partnership

Unity SP Offices, Park Road

Haverhill

CB9 7YD

Contact

Steven Parker

Email

tenders@minervapcs.com

Telephone

+44 1256467107

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

https://www.unitysp.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/minervapcs/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/minervapcs/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Educational Institute

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Unity Schools Partnership - Catering Services

Reference number

MPN-10209

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Unity Schools Partnership is currently out to tender for the provision of a full daily catering service for 29 of the Trust's schools, including 7 Secondary Schools, 4 Special Schools, 2 Middle Schools and 15 Primary Schools.The services at the Trust schools are outsourced.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the Trust schools. This will consist of breakfast and morning breaks at some sites and full lunch service for each school day at all sites. TUPE is expected to apply, details of which can be found in the tender documentation.

two.1.5) Estimated total value

Value excluding VAT: £12,567,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Full details in tender documentation

two.2.4) Description of the procurement

Unity Schools Partnership is currently out to tender for the provision of a full daily catering service for 29 of the Trust's schools, including 7 Secondary Schools, 4 Special Schools, 2 Middle Schools and 15 Primary Schools.The services at the Trust schools are outsourced.The Contractor will be responsible for the provision of a full school food catering service for the pupils and staff at the Trust schools. This will consist of breakfast and morning breaks at some sites and full lunch service for each school day at all sites. TUPE is expected to apply, details of which can be found in the tender documentation.

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: £12,567,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for an initial period of 3 years with two possible extensions of 12 months meaning a maximum contract length of 5 years.

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

The duration detailed above includes the initial term of 3 years as well as the two optional contract extension periods of 12 months each.


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 April 2022

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 May 2022

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: Yes

Estimated timing for further notices to be published: Further notices will be published in 2026, 2027 or 2028

six.3) Additional information

CPV code 55524000-9, falls within Schedule 3 of the Public Contracts Regulations 2015 as a Social and Other Specific Service, therefore the procurement procedure is governed by Section 7 of Part 2 (Regulations 74-77) of those Regulations.

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Unity Schools Partnership will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)

six.4.4) Service from which information about the review procedure may be obtained

High Court

Strand

London

WC2A 2LL

Country

United Kingdom