Tender

Connect Academy Trust ~ Catering Tender

  • Connect Academy Trust

F02: Contract notice

Notice identifier: 2023/S 000-020655

Procurement identifier (OCID): ocds-h6vhtk-03e301

Published 18 July 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Connect Academy Trust

C/O Leigham Primary School, Cockington Close

Plymouth

PL6 8RF

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKK41 - Plymouth

Internet address(es)

Main address

https://www.connectacademytrust.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/858T6629QP

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

Connect 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 for Connect Academy Trust.

two.1.5) Estimated total value

Value excluding VAT: £5,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth
Main site or place of performance

Plymouth

two.2.4) Description of the procurement

The successful Supplier will be required to provide catering services for Connect Academy Trust.

Connect Academy Trust is an established and growing multi-academy trust, located in Devon, comprising of the following eight Primary Schools:

1.Cockington Primary School

2.Eden Park Primary School

3.Eggbuckland Vale Primary School

4.Leigham Primary School

5.Manadon Vale Primary School

6.Preston Primary School

7.Thornbury Primary School

8.Widey Court Primary School

More information regarding the Trust can be found on their website: https://www.connectacademytrust.co.uk/

The contract covers the scope for the provision of all catering services within the Trust, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 01 April 2024, with the potential to extend for a further two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.

The Trust are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools and Multi Academy Trusts. An existing presence within the Southwest would be beneficial although not essential for organisations looking to expand into the region. The successful contractor will already have or need to develop a strong operational base within the vicinity, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contractual term.

Sustainability and conservation are at the heart of the Trust’s message to its students. Connect Academy Trust were awarded the UK’s first EU Blue School status for their innovative ocean conservation curriculum. As such, the successful Supplier should be proactively working towards a sustainable service and making significant steps in producing their own plan towards carbon neutrality.

The services across the Schools are currently outsourced, and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

The Trust wishes to achieve as a result of this tender process:

1.The provision of a healthy, balanced menu that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.

2.An innovative and flexible menu that is in keeping with current food trends. Offering frequent themed menus and initiatives that support the curriculum and various school led activities, ensuring the food offer remains varied and enticing to its customers.

3.Improved parental engagement to drive the uptake of meals across the Trust.

4.Messages of sustainability that support the Trust’s ethos.

5.Financial certainty and an understanding of the ongoing trading performance through the proactive provision of monthly trading data to support invoice charges, promoting an open book policy.

It is expected that experienced and insightful contract management will promote good levels of communication and engagement with the Trust and individual Schools. A suitable marketing campaign to the students, staff and parents alike is imperative to promote the uptake of meals.

This enhanced service should be supported by a well-trained catering team at the school, with a focus by the successful contractor on both craft training and customer service.

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: £5,900,000

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

Start date

1 April 2024

End date

31 March 2027

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


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

25 August 2023

Local time

12:00pm

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

2 October 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-Plymouth:-School-catering-services./858T6629QP" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Plymouth:-School-catering-services./858T6629QP

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/858T6629QP" target="_blank">https://litmustms.co.uk/respond/858T6629QP

GO Reference: GO-2023718-PRO-23433540

six.4) Procedures for review

six.4.1) Review body

C/O Leigham Primary School

Cockington Close

Plymouth

PL6 8RF

Country

United Kingdom