Section one: Contracting authority
one.1) Name and addresses
Derby Diocesan Academy Trust
C/O Derby Diocese Board Of Education, Church House, Full Street
Derby
DE1 3DR
Contact
Chris Draper
chris.draper@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKF11 - Derby
National registration number
08980079
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/schoolsbuyingclub
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/schoolsbuyingclub
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/schoolsbuyingclub
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
BC-10683 Derby Diocesan Academy Trust Catering
Reference number
BC-10683
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Derby Diocesan Academy Trust (DDAT) was formed in response to the national Academy and Free School Programme and provides a Diocesan home to schools (Church or non-Church). Four schools within DDAT are participating in this procurement, they are:i. St Peter's CofE Aided Junior School, Thornhill Road, Littleover, Derby, DE23 6FZ, URN: 147725ii. St Werburgh's CofE Primary School, Church Street, Spondon, Derby, DE21 7LL, URN: 147490iii. Derby St Chad's CofE Nursery and Infant School, Gordon Road, Derby, DE23 6WR, URN: 146575iv. Woodthorpe CofE Primary School, Seymour Lane, Woodthorpe, Mastin Moor, Chesterfield, S43 3DA, URN: 147107
two.1.5) Estimated total value
Value excluding VAT: £930,000
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
- UKF11 - Derby
two.2.4) Description of the procurement
The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities. The Successful bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with Government’s minimum nutritional and food based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the current and any new Ofsted guidance for catering.The Successful Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include; School management, parents, and pupils. In addition, the provider will also be responsible for all legal and health and safety & food safety requirements in delivering the catering services.
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: £930,000
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.2.10) 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 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
As per the tendering documentation
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
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
15 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 June 2021
Local time
12:05pm
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
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom