Contract

Supply and Distribution of Bread and Traditional Morning Goods

  • The Romero Catholic Academy
  • Dukefield FoodService
  • Education
  • Public Sector

F03: Contract award notice

Notice identifier: 2023/S 000-013325

Procurement identifier (OCID): ocds-h6vhtk-03a4c1

Published 10 May 2023, 2:19pm



Section one: Contracting authority

one.1) Name and addresses

The Romero Catholic Academy

c/o Cardinal Wiseman School, Potters Green Road

Coventry

CV2 2AJ

Email

d.collis@romero.coventry.sch.uk

Telephone

+44 2476451888

Country

United Kingdom

NUTS code

UKG33 - Coventry

Internet address(es)

Main address

http://www.romero.coventry.sch.uk

Buyer's address

http://www.romero.coventry.sch.uk

one.1) Name and addresses

Dukefield FoodService

Parkside House,, 167 Chorley New Road,

Bolton

BL1 4RA

Email

darron.bibby@fsoptions.com

Telephone

+44 1204374060

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://suppliers.multiquote.com

Buyer's address

https://suppliers.multiquote.com

one.1) Name and addresses

Education

c/o Cardinal Wiseman School

Coventry

CV2 2AJ

Email

darron.bibby@dukefieldfood.com

Telephone

+44 7545051912

Fax

+44 1204374060

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.romero.coventry.sch.uk

Buyer's address

http://www.romero.coventry.sch.uk

one.1) Name and addresses

Public Sector

c/o Cardinal Wiseman School

Coventry

CV2 2AJ

Email

darron.bibby@dukefieldfood.com

Telephone

+44 7545051912

Fax

+44 1204374060

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.romero.coventry.sch.uk

Buyer's address

http://www.romero.coventry.sch.uk

one.2) Information about joint procurement

The contract involves joint procurement

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

Supply and Distribution of Bread and Traditional Morning Goods

Reference number

CA11835 - TRCA/DF/BATMG-2023

two.1.2) Main CPV code

  • 15810000 - Bread products, fresh pastry goods and cakes

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework is designed to meet the Bread and Traditional Morning Goods needs of The Romero Catholic Academy it is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at

http://www.dukefieldfoodservice.com/fts-eligible-users.

The framework will be let across eight Lots, with a maximum of 3 suppliers awarded a place on each of the Lots.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,467,742

two.2) Description

two.2.1) Title

Lot 1 - North West & Cumbria

Lot No

1

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD - North West (England)
Main site or place of performance

North West and Cumbria

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 2 - East, North, West Yorkshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKE12 - East Riding of Yorkshire
  • UKE2 - North Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

East, North ,West Yorkshire

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 3 - West Midlands

Lot No

3

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 4 - South Yorkshire

Lot No

4

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire
Main site or place of performance

South Yorkshire

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 5 - East Midlands

Lot No

5

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

East Midlands

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 6 - North East

Lot No

6

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
Main site or place of performance

North East

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 7 - South East

Lot No

7

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

South East

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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

two.2) Description

two.2.1) Title

Lot 8 - South West

Lot No

8

two.2.2) Additional CPV code(s)

  • 15810000 - Bread products, fresh pastry goods and cakes

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

South West

two.2.4) Description of the procurement

This framework is designed to meet the Bread and Traditional Morning Goods needs across the entire UK public sector. The framework covers a comprehensive range and full details of the service provision are contained within the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40.00%

Cost criterion - Name: Cost / Weighting: 60.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-004205


Section five. Award of contract

Contract No

CA11835

Lot No

1

Title

Lot 1 - North West & Cumbria

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 May 2023

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Morris Quality Bakers

Bakers Street, Coppull

Chorley

PR7 5UH

Email

enquiries@morrisqualitybakers.co.uk

Telephone

+44 1257471101

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.morrisqualitybakers.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,996,286


Section five. Award of contract

Contract No

CA11835

Lot No

2

Title

Lot 2 - East, North, West Yorkshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 May 2023

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Morris Quality Bakers

Bakers Street, Coppull

Chorley

PR7 5UH

Email

enquiries@morrisqualitybakers.co.uk

Telephone

+44 1257471101

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.morrisqualitybakers.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £471,456


Section five. Award of contract

Contract No

CA11835

Lot No

3

Title

Lot 3 - West Midlands

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11835

Lot No

4

Title

Lot 4 - South Yorkshire

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11835

Lot No

5

Title

Lot 5 - East Midlands

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11835

Lot No

6

Title

Lot 6 - North East

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11835

Lot No

7

Title

Lot 7 - South East

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11835

Lot No

8

Title

Lot 8 - South West

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

The framework is being delivered through The Romero Catholic Academy and its partners Dukefield Foodservice Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Foodservice Ltd are acting as agents of The Romero Catholic Academy in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement

documentation suppliers must register their company details on the Sourcing Cloud system at:

https://suppliers.multiquote.com

the tender is available from the opportunities menu on the login page of the site.

The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Romero Catholic Academy expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).

Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.

The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is third place.

six.4) Procedures for review

six.4.1) Review body

The Romero Catholic Academy

c/o Cardinal Wiseman Catholic School, Potters Green Road,

Coventry

CV2 2AJ

Email

admin@romeromac.com

Telephone

+44 2476451888

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Romero Catholic Academy

c/o Cardinal Wiseman Catholic School, Potters Green Road,

Coventry

CV2 2AJ

Email

admin@romeromac.com

Telephone

+44 2476451888

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures

The Romero Catholic Academy will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers.Bidders who are

unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and

Northern Ireland). Any action must be generally brought within 3 months. If a declaration of

ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.

Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the

Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

The Romero Catholic Academy

c/o Cardinal Wiseman Catholic School, Potters Green Road,

Coventry

CV2 2AJ

Email

admin@romeromac.com

Telephone

+44 2476451888

Country

United Kingdom