Section one: Contracting authority
one.1) Name and addresses
The Priory Learning Trust
Queensway
Weston-super-Mare
BS22 6BP
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Internet address(es)
Main address
https://www.theplt.org.uk/index.php
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 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
The Priory Learning 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 The Priory Learning Trust.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance
Bath and North East Somerset, North Somerset and South Gloucestershire
two.2.4) Description of the procurement
The successful tenderer will be required to provide all catering services within the Trust, which also includes all hospitality and free issue requirements.
The Trust is an established Multi Academy Trust (MAT) which currently includes the following academies where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement. The Schools which currently form the Trust are:
•Worle Community School – an Academy ~ Redwing Dr, Worle, Weston-super-Mare BS22 8XX
•Priory Community School – an Academy ~ Queensway, Weston-super-Mare BS22 6BP
•Castle Batch Primary School Academy ~ Rawlins Ave, Weston-super-Mare BS22 7FN
•St Anne’s Church Academy (Hewish)~ Bristol Road, Hewish, Weston-super-Mare BS24 6RT
•St Anne’s Church Academy (West Wick) ~ 1 Scot Elm Dr, West Wick, Weston-super-Mare BS24 7JU
•The King Alfred School – an Academy ~ Burnham Rd, Highbridge TA9 3EE (With a delivered service to West Huntspill Primary Academy, East Huntspill Primary Academy and Pawlett Primary School Academy)
•West Huntspill Primary Academy ~ New Road, West Huntspill, Highbridge, Somerset, TA9 3QE
•East Huntspill Primary Academy ~ New Road. East Huntspill. Highbridge. Somerset. TA9 3PT
•Pawlett Primary School Academy ~ Gaunts Rd, Pawlett, Bridgwater TA6 4SB
The contract being tendered is for three years in duration from 1 August 2022 until 31 July 2025, there will be the option to extend the contract for a further period of three years on a 1 + 1 + 1 basis on the same terms and conditions excluding the right to further extend beyond six years in duration.
The contract being offered and will be guaranteed performance in nature.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of all catering services within the Trust. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a new food service offer with consistent high standards of food operations across all Schools.
These new standards of operation should meet the needs of the pupils in both the Pre School, Primary and Secondary Schools moving forwards into this contract term, recognising that different food offers and menus will be required for each sector. It is our aim to enhance the use of local suppliers for all fresh foods which should include, fruit and vegetables, dairy products, eggs, meat and bakery products. The current range of foods needs to be expanded. Regular customer engagement will be required to ensure this is the case moving into the contract term.
The contract will operate on guaranteed cost or surplus per year for each school with all universal free school meals, free school meals and hospitality being charged based on consumption and at net food cost.
The approximate cost of the contract per annum is £500,000.00 plus VAT (please note that this was for 2020/2021 which wasn’t necessarily a representative year).
The Trust is expected to grow in the number of schools during this contract period, and the provision of catering services within these schools when they have joined the Trust will fall under the scope of this contract. The successful contractor will be expected to provide this service within these additional schools using the same costing model, ratios etc. that they applied to their successful tender submission for The Trust at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
Please note: Further schools may be added to the contract during the tender process and during the life of the contract as detailed above.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 July 2028
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
15 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 November 2021
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-Weston-super-Mare:-School-catering-services./Q9R69AP4X2
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Q9R69AP4X2
GO Reference: GO-2021826-PRO-18802815
six.4) Procedures for review
six.4.1) Review body
The Priory Learning Trust
Queensway
Weston-super-Mare
BS22 6BP
Country
United Kingdom