Section one: Contracting authority
one.1) Name and addresses
Ventrus Multi Academy Trust
Woodwater Lane
Exeter
EX2 5AW
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Ventrus Multi Academy Trust Managed Catering Service
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The proposed contract will be for a managed catering service to support the delivery of in-house catering in accordance with this service specification and the associated tender documents.
It is the view of the Trust that the Transfer of Undertakings (Protection of Employment) Regulations (TUPE) will not apply to this tender as staff will staff employed by the Trust.
two.1.5) Estimated total value
Value excluding VAT: £2,138,410
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
- UKK43 - Devon CC
Main site or place of performance
Woodwater Academy, Woodwater Lane, Exeter, EX2 5AW.
two.2.4) Description of the procurement
The proposed contract will be for a managed catering service to support the delivery of in-house catering in accordance with this service specification and the associated tender documents.
The Trust wish to keep the ethos of the in-house catering model whilst utilising the additional expertise and support of the Contractor. It is the expectation that this managed catering service offer will deliver efficiencies and reduce current cost per plate whilst ensuring a high standard of food quality to deliver the proposed menu.
The Contractor is required to work in partnership with the Trust, offering clear lines of communication and ensuring cohesion with the roles and responsibilities as identified in this Specification of Requirement.
It is the expectation that the Contractor shall provide:
a. The provision of a locally sourced food supply, that enables the Trust to benefit from the Contractors buying power and expertise in how to order food supplies in accordance with the menus, which reduce food waste, and ensures the right good quality ingredients have been procured and support serving good quality meals to pupils and staff.
b. Full menu planning with associated electronic food ordering and invoicing, including recipe instructions, and associated training to make the meals, resulting in providing 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 Ofsted guidance for catering.
c. Training of the catering team to ensure they can cook and serve the proposed menus and provide high quality meals, keeping to the set age-appropriate portion sizes and ensuring they are in accordance with the contracted cost per plate.
d. A compliance and audit service with associated reporting and training that ensures the schools are meeting required legal and H&S and food safety requirements.
e. Partnership working with the Trust Catering Manager and the schools in accordance with the agreed set of roles and responsibilities as set out in this Service Specification. The Trust will liaise with the Contractor during the mobilisation phase and agree SLA and set KPIs. The Contractor is required to deliver against the agreed SLA/KPI metrics consistently and effectively.
f. To identify areas that will have potential benefit to the Trust and propose innovations to support the Trust to further improve the existing catering facilities and the catering service experience for all pupils, staff, parents and carers.
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: £2,138,410
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
Two further one year extensions.
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
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
24 June 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 June 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 60 months
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=232009.
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:232009)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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
six.4.2) Body responsible for mediation procedures
Ventrus Multi Academy Trust
Woodwater Lane
Exeter
EX2 5AW
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Ventrus Multi Academy Trust
Woodwater Lane
Exeter
EX2 5AW
Country
United Kingdom