Section one: Contracting authority
one.1) Name and addresses
Attigo Academy Trust C/o SSC Partnership Limited
12 Nelson Street
Southend on sea
SS1 1EF
Telephone
+44 1702338880
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sscpartnership/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sscpartnership/
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
Catering Services for the Attigo Academy Trust
Reference number
SSC AAT CTR 08_23
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract opportunity has been issued by SSC Partnership Limited as an Agent of Attigo Academy Trust who are seeking a supplier to provide catering services to 5 primary schools within the Trust. School locations as below:Alma Primary School, Alma Road, Enfield EN3 4UFHoundsfield Primary School, Ripon Road, Edmonton N9 7REKeys Meadow Primary School, 84 Tysoe Avenue, Enfield EN3 6FBMerryhills Primary School, Bincote Road, Enfield EN2 7REWorcesters Primary School, Goat Lane, Enfield EN1 4UF Suppliers that would like to take part in this tender process are invited to Express Interest upon which the will be given access to the full tender documentation delivery through this e-tendering system.
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
- UKI54 - Enfield
two.2.4) Description of the procurement
Open single stage procurement process. Tenders must be submitted in accordance with the ITT instructions. The instructions are designed to ensure that all tenders are treated equally and comply with all the legal requirements for public sector procurement. Failure to comply with these instructions and conditions may invalidate your tender.This ITT is presented in three parts. Part 1 provides information about the ITT; Part 2 provides information about the Specification and Part 3 provides Schedules for completion and return by Tenderers. It is the intent of the Trust to offer a good value meal service to pupils and staff. Within the constraints of the meal price the Tenderer shall be required to provide a good quality, nutritionally balanced meal for the children, through an efficient service with a good standard of presentation and a menu that meets the varying dietary needs of the nationalities of the children. Service should be personal and responsive at a Silver Food for Life standard. The Trust are dedicated to work with a catering provider to increase the staff meal uptake. A menu specially designed for staff meals would be welcomed. The Trust will use the catering provision for inset lunches and hospitality functions across the schools and require a provider that has the capacity and menu variety to accommodate this need.Cashless payment and pre ordering systems are used by the schools within the Trust. The Trust want to move to one integrated and simple system and will consider proposals from Tenderers. The Trust is keen to appoint a catering Company who can drive the services forward in an innovative and exciting manor.Tender submissions should clearly demonstrate:A thorough understanding of the Scope of WorkAbility to deliver the services required and have a flexible approachTechnical expertise and relevant experienceBest value for moneySuitability for the undertaking of the work.Procedures and practices which will be utilised to ensure quality and compliance with the specification.The Trust will sign a contract with the successful Company for a period of 36 months with the option to extend for up to a further 24 months. It is expected that the contract will commence 1st August 2023.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2026
This contract is subject to renewal
Yes
Description of renewals
The duration of the contract will initially be for a period of 36 months followed by an optional 24-month extension. The Client will notify the Company in writing of its intention to extend or cancel the contract by giving at least one (1) term’s prior notice in writing.
two.2.10) Information about variants
Variants will be accepted: No
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
25 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 April 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom