Tender

The Cam Academy Trust - Outsourced Catering Services

  • The Cam Academy Trust

F02: Contract notice

Notice identifier: 2022/S 000-009476

Procurement identifier (OCID): ocds-h6vhtk-032b9f

Published 8 April 2022, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

The Cam Academy Trust

c/o Comberton Village College, West St

Cambridge

CB23 7DU

Email

mary.bee@tenetservices.com

Telephone

+44 1223262503

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.catrust.co.uk/

Buyer's address

https://www.catrust.co.uk/

one.3) Communication

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

https://suppliers.multiquote.com

Additional information can be obtained from another address:

The Cam Academy Trust

c/o Comberton Village College, West St

Cambridge

CB23 7DU

Email

mary.bee@tenetservices.com

Telephone

+44 1223262503

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.catrust.co.uk/

Buyer's address

https://www.catrust.co.uk/

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

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

The Cam Academy Trust - Outsourced Catering Services

Reference number

CA10298 -

two.1.2) Main CPV code

  • 55520000 - Catering services

two.1.3) Type of contract

Services

two.1.4) Short description

The Cam Academy Trust - Outsourced Catering Services to the following schools within the Trust:

• Hartford Infants and Juniors Schools

• Jeavons Wood Primary School

• Gamlingay Village Primary School

• Thongsley Fields Primary School

• Everton Heath Primary School

• Offord Primary School

• Melbourn Village College

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

The tender being issued is for the outsourced catering to the following schools within the Trust:

• Hartford Infants and Juniors Schools (Infant roll number 172 / Junior roll number 240)

• Jeavons Wood Primary School (roll number 420)

• Gamlingay Village Primary School (roll number 384)

• Thongsley Fields Primary School (roll number 245)

• Everton Heath Primary School (roll number 77)

• Offord Primary School (roll number 84)

• Melbourn Village College (roll number 605 Year 7 to 11)

The primary schools currently outsource their catering and Melbourn Village College, the only secondary school, operates in-house. Everton Health Primary have their meals delivered in from Gamlingay Village Primary.

Please note that the Trust is looking to appoint one contractor across all schools. As a Trust who are continually seeking ways to improve and development the ethos and environment for pupils, students and staff, to give them the facilities they deserve and need to meet the challenges of the 21

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

three.1.2) Economic and financial standing

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

Minimum Turnover: Assets must be higher than liabilities to be considered

Minimum Insurance Levels: £5m PL & EL

three.1.3) Technical and professional ability

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

At Stage 1 suppliers must pass all pass fail questions and achieve a minimum score of 8 out of 12 to progress to stage 2.


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

26 May 2022

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

26 May 2022

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.

Section IV.3.5) – any dates shown are an estimate.

In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.

The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.

The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

six.4) Procedures for review

six.4.1) Review body

Tenet

Procurement House, 23 Leslie Hough Way

Salford

M6 6AJ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).