Opportunity

School Catering Framework Contract for Rodillian MAT

  • The Rodillian Multi Academy Trust

F02: Contract notice

Notice reference: 2021/S 000-012157

Published 1 June 2021, 11:55am



Section one: Contracting authority

one.1) Name and addresses

The Rodillian Multi Academy Trust

The Rodillian Academy, Longthorpe Lane

Wakefield

WF3 3PS

Contact

Ray Jeffrey

Email

ray@rpj3group.co.uk

Telephone

+44 7771768234

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

www.rpj3group.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

School Catering Framework Contract for Rodillian MAT

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Rodillian Multi Academy Trust are seeking to procure a number of providers for a multi-supplier framework for catering services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the trust to source catering services for its schools.

There are initially 3 schools in this framework, however, other schools within the trust may call off later.

It should be noted that it is not mandatory for trust schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of caterers on the framework will be between 1 and 2

The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.

This framework process is targeted to have a catering contract in place to commence in February 2022. Please note that this process covers all catering services within Rodillian MAT schools with full tender costings and proposals for the 3 schools for a contract start in February 2022. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for early September 2021. Tender responses deadline is planned as mid-October 2021 and it is envisaged that interviews will take place in November 2021. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 55520000 - Catering services

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

Rodillian Multi Academy Trust are seeking to procure a number of providers for a multi-supplier framework for catering services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the trust to source catering services for its schools.

There are initially 3 schools in this framework, however, other schools may call off later.

It should be noted that it is not mandatory for trust schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged that the number of contractors on the framework will be between 1 and 2

The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.

This framework process is targeted to have a catering contract in place to commence in February 2022. Please note that this process covers all catering services within the trust schools with full tender costings and proposals for the 3 schools for a contract start in February 2022. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering service and support required by the trust. Labour resource/relief cover is very important. We have set a minimum level of turnover for this tender at 250,000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP. Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for early September 2021. Tender responses deadline is planned as October and it is envisaged that interviews will take place in November 2021. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).

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

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to two further annual extensions meaning a 5 year period in total with options.

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

Envisaged minimum number: 5

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework is for an initial three years with an option to extend for up to two further years

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

1 July 2021

Local time

12:00pm

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

7 September 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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222976.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222976)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit