Section one: Contracting authority
one.1) Name and addresses
The Romero Catholic Academy
c/o Cardinal Wiseman School, Potters Green Road
Coventry
CV2 2AJ
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
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
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
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
enquiries@morrisqualitybakers.co.uk
Telephone
+44 1257471101
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
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
enquiries@morrisqualitybakers.co.uk
Telephone
+44 1257471101
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
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
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
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
Telephone
+44 2476451888
Country
United Kingdom