Section one: Contracting authority
one.1) Name and addresses
Samphire Star Education Trust
Sset Central Office, Astor Avenue, Dover
Kent
CT17 0AS
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/SXEQ368E7N
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
Samphire Star Education Trust ~ Catering Services 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 Samphire Star Education Trust, at the following sites:
•Astor Secondary School, Astor Avenue, Dover, Kent CT17 0AS
•Barton Junior School, Barton Road, Dover, Kent CT16 2ND
•Shatterlocks Infant & Nursery School, Heathfield Avenue, Dover, Kent CT16 2PB
•White Cliffs Primary School, St Radigunds Road, Dover, Kent CT17 0LB
two.1.5) Estimated total value
Value excluding VAT: £1,750,890
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Kent
two.2.4) Description of the procurement
Samphire Star Education Trust.
Our Trust began working together in 2007 as a maintained federation and converted to an academy trust in 2012. In 2022 we have rebranded as we look towards the future and reaffirm the values that drive us in striving to provide achievement for all those learning or working in the Trust.
Our trust is a family of schools working in collaboration as one entity to improve and maintain high educational standards. Our trust has a single legal and moral purpose: to advance education for the public benefit.
We are currently 4 schools, 1 Secondary and 3 Primaries working closely together to ensure the best outcomes for the children in our care.
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 for the 1,585 students on roll and 210 teaching and support staff, with a focus on food concepts to satisfy pupil tastes and dietary requirements. The Trust 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 April 2023 to April 2026 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Trust a guaranteed return / cost per annum for the provision of catering services.
The Trust year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that Schools will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the Schools, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals 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, the Trustees are not obliged to accept the lowest price.
The value of the current contract is: -
2021/22 Total sales were £350,178
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 the Trust.
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. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. We work closely with external partners to ensure that we give the best opportunity and chances to our students and this, in turn, enables us to access new and exciting projects and programmes that further enrich the learning experience we offer.
As a Trust who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve any consideration regarding inward capital investment as part of the Contractor’s tender submission would be welcomed. The Trust would wish for the Contractor to look at making this investment within the existing dining area.
Please be advised that this contract will be let on a 3 + 2 years basis.
See SQ Document for further details.
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: £1,750,890
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 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
4 November 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 November 2022
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-Kent:-School-catering-services./SXEQ368E7N
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/SXEQ368E7N
GO Reference: GO-2022104-PRO-21070837
six.4) Procedures for review
six.4.1) Review body
Samphire Star Education Trust
Kent
Country
United Kingdom