Tender

Holy Spirit Catholic Multi Academy Trust ~ Catering Tender

  • Holy Spirit Catholic Multi Academy Trust

F02: Contract notice

Notice identifier: 2023/S 000-016666

Procurement identifier (OCID): ocds-h6vhtk-03d5ac

Published 13 June 2023, 10:04am



Section one: Contracting authority

one.1) Name and addresses

Holy Spirit Catholic Multi Academy Trust

Riversley Park Centre, Riversely Park, Coton Rd,

Nuneaton

CV11 5TY

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKG13 - Warwickshire

Internet address(es)

Main address

https://www.holyspiritmac.co.uk/

one.3) Communication

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

https://litmustms.co.uk/respond/8UUF4UZKV8

Additional information can be obtained from the above-mentioned address

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

Holy Spirit Catholic Multi Academy Trust ~ Catering Tender

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

The Holy Spirit Catholic Multi Academy Company comprises four primary schools and one secondary school serving the catchment area of Nuneaton and Bedworth and North Warwickshire

two.1.5) Estimated total value

Value excluding VAT: £1,756,380

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Warwickshire

two.2.4) Description of the procurement

The Holy Spirit Catholic Multi Academy Company comprises four primary schools and one secondary school serving the catchment area of Nuneaton and Bedworth and North Warwickshire. The schools are:

•Our Lady and St Joseph Catholic Academy, Nuneaton

•St Anne’s Catholic Academy, Nuneaton

•St Benedict’s Catholic Academy, Atherstone

•St Francis Catholic Academy, Bedworth

•St Thomas More Catholic School and Sixth Form College, Nuneaton

Please note that the kitchens at Our Lady and St Joseph Catholic Academy, Nuneaton produce and supply the meals on a daily basis to St Anne’s Catholic Academy.

At St Anne’s Catholic Academy, the kitchen is only used as a service kitchen and has a dishwasher and a hot serving plate, previously this was used as a full production kitchen, however much of this equipment has been removed.

The contract covers the scope for the provision of all catering services within the school, which also includes all hospitality and free issue requirements. The contract awarded will be on a guaranteed performance basis

The duration of the contract being offered is three years commencing on 1 January 2024 and concluding on 31 December 2026, with the potential for an extension of up to a further three years on the same terms and conditions without the right to further extend.

The current anticipated contract subsidies for 2023/2024 are £218,339.

SchoolAnnual Costs

St Anne’s Catholic Academy£21,045.00

St Benedict’s Catholic Academy£45,481.00

St Francis Catholic Academy£40,115.00

Our Lady & St Joseph’s Catholic Academy£74,168.00

St Thomas More Catholic School and Sixth Form College£37,530.00

TOTAL Contract Costs£218,339.00

The anticipated recharge for all UFSM’s and FSM’s for 2023/2024 are £132,937.00.

SchoolAnnual Costs

St Anne’s Catholic Academy£24,871.00

St Benedict’s Catholic Academy£16,720.00

St Francis Catholic Academy£18,065.00

Our Lady & St Joseph’s Catholic Academy£42,636.00

St Thomas More Catholic School and Sixth Form College£30,645.00

TOTAL Contract Costs£132,937.00

The recharge of all UFSM’s and FSM’s is to be based on net food cost only and charged monthly in arrears based on uptake numbers.

The Client wishes for the successful contractor to be able to offer a consistently high standard of food across all schools during the course of this contract term demonstrating innovation, a passion for food and flair

Within all schools the MAC wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

Working with the local community is something that the MAC strives to do at all times and to this end we would like to ensure that all your fresh produce is sourced from local suppliers (within a 40-mile radius of the school): details should be included within your submission. Providence of supply is important and all ingredients should be of ‘prime quality’ The MAC also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each school and the MAC.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign should be implemented across the MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

See SQ Document for more information

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: £1,756,380

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2024

End date

31 December 2029

This contract is subject to renewal

No

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

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

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

two.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/8UUF4UZKV8


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.1.8) 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

18 August 2023

Local time

12:00pm

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

11 September 2023

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Nuneaton:-School-catering-services./8UUF4UZKV8" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Nuneaton:-School-catering-services./8UUF4UZKV8

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/8UUF4UZKV8" target="_blank">https://litmustms.co.uk/respond/8UUF4UZKV8

GO Reference: GO-2023613-PRO-23184031

six.4) Procedures for review

six.4.1) Review body

Holy Spirit Catholic Multi Academy Trust

Nuneaton

Country

United Kingdom