Tender

Newbury Academy Trust ~ Catering Tender

  • Newbury Academy Trust

F02: Contract notice

Notice identifier: 2023/S 000-017928

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

Published 23 June 2023, 12:04pm



Section one: Contracting authority

one.1) Name and addresses

Newbury Academy Trust

Love Lane, Newbury

Berkshire

RG14 2DU

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.newburyacademytrust.org/

one.3) Communication

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

https://litmustms.co.uk/respond/K68HDGMFR2

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

Newbury 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 successful Supplier will be required to provide catering services to Newbury Academy Trust at the following schools:

•Trinity School

•Fir Tree School

•Speenhamland Primary School

two.1.5) Estimated total value

Value excluding VAT: £1,921,510

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

Berkshire

two.2.4) Description of the procurement

The Trust

Newbury Academy Trust is a three school MAT, comprising of one secondary school and two primary schools. All three schools are located in the West Berkshire town of Newbury, approximately 2 miles apart. Our mission is to provide excellent education for all and dramatically improve the lives of our children and young people by providing high-quality education and experiences.

The Schools

Trinity School opened as an academy in 2012 and is the largest school in the Trust with 1289 NOR of which approximately 150 are Sixth Form students. It is a fully inclusive 11 – 18 secondary school with six forms of entry.

Fir Tree School was the first school to be sponsored by the Newbury Academy Trust in 2013. It has an oversubscribed Nursery and has waiting lists in several year groups. There are currently 239 NOR including Nursery students on role.

Speenhamland Primary School converted to academy status in February 2017. Speenhamland has a 1.5 class intake and there are currently 286 NOR, the school has a capacity of 315.

The tender

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities of all schools, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Schools would wish the successful contractor to review the current range of services offered and make recommendations accordingly.

The contract being tendered is for three years in duration from 1st April 2024 to 31st March 2027 with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Schools a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.

The School year at all schools is based on a calendar of 190 days – where the Schools will be open to receive students for food service for 184 days.

The contract offered covers the scope for the provision of all catering services within the Schools, which currently includes (where applicable); morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil on uptake with a margin attached, and hospitality will be charged based on consumption and at net food cost.

Whilst the Trust prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.

The Trust expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.

The Trust believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.

As schools who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed.

Trinity School

•Sales April 2022 – March 2023 - £230,172

•Estimated Sales April 2023 – March 2024 is £257,783

•Please be advised that the catering service is currently contracted to Aspens

•There are not incumbent staff at this school in the Local Government Pension Scheme (LGPS)

Please see the 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: £1,921,510

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

Start date

1 April 2024

End date

31 March 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/K68HDGMFR2


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

28 July 2023

Local time

12:00pm

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

22 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-Berkshire:-School-catering-services./K68HDGMFR2" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Berkshire:-School-catering-services./K68HDGMFR2

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/K68HDGMFR2" target="_blank">https://litmustms.co.uk/respond/K68HDGMFR2

GO Reference: GO-2023623-PRO-23263603

six.4) Procedures for review

six.4.1) Review body

Newbury Academy Trust

Love Lane, Newbury

Berkshire

RG14 2DU

Country

United Kingdom