Tender

Peterborough Diocese Education Trust ~ Catering Tender

  • Peterborough Diocese Education Trust

F02: Contract notice

Notice identifier: 2022/S 000-032883

Procurement identifier (OCID): ocds-h6vhtk-0386c9

Published 18 November 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Peterborough Diocese Education Trust

Bouverie Court, 6 The Lakes, Bedford Road

Northampton

NN4 7YD

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKF2 - Leicestershire, Rutland and Northamptonshire

Internet address(es)

Main address

https://www.pdet.org.uk/

one.3) Communication

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

https://litmustms.co.uk/tenders/UK-UK-Northampton:-School-catering-services./H2U9Z35W29

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

Peterborough Diocese Education 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 PDET at the following locations, split into two lots

two.1.5) Estimated total value

Value excluding VAT: £4,100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Peterborough Diocese Education Trust

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
Main site or place of performance

Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

Peterborough Diocese Education Trust ~ PDET (the Client) ~ is a multi-academy trust formed by the Peterborough Diocese Board of Education. Each of our schools maintains its own unique identity but we believe that we can achieve more by working together.

‘A cord of three strands is not easily broken.’ (Ecclesiastes 4:9-12)

Our family of schools seek to serve their local communities; they are inclusive welcoming children of the Christian Faith of other faiths or of no faith, children from all backgrounds and of all abilities. We believe in the infinite worth of each person: children deserve the very best education and staff merit support to deliver this. Although the multi-academy trust was formed initially to support church schools, PDET is happy to work with any community school that shares our values.

The successful Supplier will be required to provide catering services for PDET at the following locations, split into two lots as detailed below;

Lot 1

Barby Church of England Primary School

Braunston Church of England Primary School

Collingtree (Church of England) Primary School

Cranford Church of England Primary School

Freeman's Endowed Church of England Junior Academy

Great Addington Church of England Primary School

Greens Norton Church of England Primary School

Guilsborough Church of England Primary School

Isham Church of England Primary School

Kislingbury Church of England Primary School

Loddington Church of England Primary School

Mears Ashby Church of England Primary School

Milton Parochial Primary School

Silverstone Church of England Primary

Spratton Church of England Primary School

St Andrew's Church of England Primary School & Nursery

St Barnabas Chruch of England School

St James Church of England Primary School

St Luke's Church of England Primary School

St Mary's Church of England Primary School

Staverton Church of England Primary School

Towcester Church of England Primary School

Welford, Sibbertoft & Sulby Endowed School

Lot 2

Pytchley Church of England Primary School

Ringstead Church of England Primary School

Trinity Church of England Primary School

Weldon Church of England Primary School

William Law Church of England Primary School

The contract covers the scope for the provision of all catering services at each of the above schools, which also includes all hospitality and free issue requirements. Although the majority of the schools have their meals freshly prepared, cooked on site, there are some that have a ‘delivered in’ service.

The successful Supplier will be expected to source all fresh produce on a local basis, especially fresh meat, bakery and fruit and vegetables. Contractors will need to demonstrate their approach to sustainability and how the supply carbon footprint can be minimised.

The overall emphasis for this service is on achieving ‘best value’ and the successful Supplier will be expected to demonstrate innovation, flexibility and commercialism.

Also – equally important are the following areas;

Ease of administration – The schools operating models are changing and needing and different approaches are being used at some. What are the innovations in the sector and what would be recommended

A large number of sites need improving with more up to date methods and better equipment. The Trust will look for recommendations on how this would be managed

The contract being offered commences on 1 August 2023 for an initial three-year period and will operate on a fixed cost basis. Although the contract commencement date is 1 August 2023, there will be no catering provision required at any school until September 2023.

See SQ document for more 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: £3,400,000

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

Start date

1 August 2023

End date

31 July 2026

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/K735E5M575

two.2) Description

two.2.1) Title

Peterborough Diocese Education Trust

Lot No

2

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKH11 - Peterborough
Main site or place of performance

Leicestershire, Rutland and Northamptonshire,Peterborough

two.2.4) Description of the procurement

Peterborough Diocese Education Trust ~ PDET (the Client) ~ is a multi-academy trust formed by the Peterborough Diocese Board of Education. Each of our schools maintains its own unique identity but we believe that we can achieve more by working together.

‘A cord of three strands is not easily broken.’ (Ecclesiastes 4:9-12)

Our family of schools seek to serve their local communities; they are inclusive welcoming children of the Christian Faith of other faiths or of no faith, children from all backgrounds and of all abilities. We believe in the infinite worth of each person: children deserve the very best education and staff merit support to deliver this. Although the multi-academy trust was formed initially to support church schools, PDET is happy to work with any community school that shares our values.

The successful Supplier will be required to provide catering services for PDET at the following locations, split into two lots as detailed below;

Lot 1

Barby Church of England Primary School

Braunston Church of England Primary School

Collingtree (Church of England) Primary School

Cranford Church of England Primary School

Freeman's Endowed Church of England Junior Academy

Great Addington Church of England Primary School

Greens Norton Church of England Primary School

Guilsborough Church of England Primary School

Isham Church of England Primary School

Kislingbury Church of England Primary School

Loddington Church of England Primary School

Mears Ashby Church of England Primary School

Milton Parochial Primary School

Silverstone Church of England Primary

Spratton Church of England Primary School

St Andrew's Church of England Primary School & Nursery

St Barnabas Chruch of England School

St James Church of England Primary School

St Luke's Church of England Primary School

St Mary's Church of England Primary School

Staverton Church of England Primary School

Towcester Church of England Primary School

Welford, Sibbertoft & Sulby Endowed School

Lot 2

Pytchley Church of England Primary School

Ringstead Church of England Primary School

Trinity Church of England Primary School

Weldon Church of England Primary School

William Law Church of England Primary School

The contract covers the scope for the provision of all catering services at each of the above schools, which also includes all hospitality and free issue requirements. Although the majority of the schools have their meals freshly prepared, cooked on site, there are some that have a ‘delivered in’ service.

The successful Supplier will be expected to source all fresh produce on a local basis, especially fresh meat, bakery and fruit and vegetables. Contractors will need to demonstrate their approach to sustainability and how the supply carbon footprint can be minimised.

The overall emphasis for this service is on achieving ‘best value’ and the successful Supplier will be expected to demonstrate innovation, flexibility and commercialism.

Also – equally important are the following areas;

Ease of administration – The schools operating models are changing and needing and different approaches are being used at some. What are the innovations in the sector and what would be recommended

A large number of sites need improving with more up to date methods and better equipment. The Trust will look for recommendations on how this would be managed

The contract being offered commences on 1 August 2023 for an initial three-year period and will operate on a fixed cost basis. Although the contract commencement date is 1 August 2023, there will be no catering provision required at any school until September 2023.

See SQ document for more 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: £700,000

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

Start date

1 August 2023

End date

31 July 2026

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/H2U9Z35W29


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

20 January 2023

Local time

12:00pm

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

20 February 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-Northampton:-School-catering-services./H2U9Z35W29

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/H2U9Z35W29

GO Reference: GO-20221118-PRO-21497566

six.4) Procedures for review

six.4.1) Review body

Peterborough Diocese Education Trust

Bouverie Court, 6 The Lakes, Bedford Road

Northampton

NN4 7YD

Country

United Kingdom