Tender

Westcountry Schools Trust Managed Catering Service

  • Westcountry Schools Trust

F02: Contract notice

Notice identifier: 2024/S 000-034677

Procurement identifier (OCID): ocds-h6vhtk-04b166

Published 25 October 2024, 1:48pm



The closing date and time has been changed to:

13 December 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Westcountry Schools Trust

Harford Road

Ivybridge

PL21 0JA

Contact

Josie Medforth

Email

josie.medforth@phplaw.co.uk

Telephone

+44 7857426127

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.westst.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

Westcountry Schools Trust Managed Catering Service

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

The proposed contract will be for a managed catering service to support the delivery of in-house catering in accordance with this service specification and the associated tender documents.

The Trust wish to keep the ethos of the in-house catering model whilst utilising the additional expertise and support of the Bidder. It is the expectation that this managed catering service offer will deliver efficiencies and reduce current cost per plate whilst ensuring a high standard of food quality to deliver the proposed menu.

The Bidder is required to work in partnership with the Trust, offering clear lines of communication and ensuring cohesion with the roles and responsibilities as identified in this Specification of Requirement.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

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

Devon

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services
  • 55520000 - Catering services
  • 15894210 - School meals

two.2.3) Place of performance

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

Various school sites across Devon. Refer to tender documents for the site addresses

two.2.4) Description of the procurement

The Trust is seeking a Contractor that will deliver an Outsourced Catering Service for this contract to provide a high-quality service, whilst delivering value for money for the school, parents and pupils using the Services. The Contract will include all food and staff provision to support the delivery of the catering services requirement.

In addition to the above, the Contractor shall:

a. work in partnership with the Trust, operating at Trust level, demonstrating a centralised approach that offers greater transparency and visibility of management information, KPI and financial performance. This will allow for a robust level of oversight regarding contract delivery as a whole.

b. fully utilise the benefits, efficiencies and cost savings being gained from this centralised strategy and approach for both parties, improving the quality and uptake of meals, particularly for FSM pupils.

c. operate a standard approach across all schools , delivering an exemplary quality of service whilst harnessing a continuous drive for improvement throughout the contract term.

d. ensure a high-quality food offering, whilst delivering value for money for schools, pupils and parents using the services.

e. offer a service that is aligned to the vision, value and ethos of the Trust.

f. be responsible for TUPE of existing staff.

Schools included in this Lot:

Ashburton Primary School

Buckfastleigh Primary School

Ermington Primary School

Holbeton Primary School

Ivybridge Community College

Manor Primary School, Ivybridge

Sherford Vale School & Nursery

South Dartmoor Community College

Stowford School

Ugborough Primary School

Woodlands Park Primary School

Yealmpton Primary School

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: £10,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two further one year extensions (3+1+1)

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Plymouth

Lot No

2

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services
  • 55520000 - Catering services
  • 15894210 - School meals

two.2.3) Place of performance

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

Various school sites across Plymouth. Refer to tender documents for the site addresses

two.2.4) Description of the procurement

The Trust is seeking a Contractor that will deliver an Outsourced Catering Service for this contract to provide a high-quality service, whilst delivering value for money for the school, parents and pupils using the Services. The Contract will include all food and staff provision to support the delivery of the catering services requirement.

In addition to the above, the Contractor shall:

a. work in partnership with the Trust, operating at Trust level, demonstrating a centralised approach that offers greater transparency and visibility of management information, KPI and financial performance. This will allow for a robust level of oversight regarding contract delivery as a whole.

b. fully utilise the benefits, efficiencies and cost savings being gained from this centralised strategy and approach for both parties, improving the quality and uptake of meals, particularly for FSM pupils.

c. operate a standard approach across all schools , delivering an exemplary quality of service whilst harnessing a continuous drive for improvement throughout the contract term.

d. ensure a high-quality food offering, whilst delivering value for money for schools, pupils and parents using the services.

e. offer a service that is aligned to the vision, value and ethos of the Trust.

f. be responsible for TUPE of existing staff.

Schools included in this Lot:

Austin Farm Academy

Boringdon Primary School

Chaddlewood Primary School

Glen Park Primary School

Morley Meadow Primary School

Oreston Community Academy

Plympton St Maurice Primary School

Woodford Primary School

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: £10,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two further one year extensions (3+1+1)

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

All Schools

Lot No

3

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services
  • 55520000 - Catering services
  • 15894210 - School meals

two.2.3) Place of performance

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

Various school sites across Devon and Plymouth. Refer to tender documents for the site addresses

two.2.4) Description of the procurement

The Trust is seeking a Contractor that will deliver an Outsourced Catering Service for this contract to provide a high-quality service, whilst delivering value for money for the school, parents and pupils using the Services. The Contract will include all food and staff provision to support the delivery of the catering services requirement.

In addition to the above, the Contractor shall:

a. work in partnership with the Trust, operating at Trust level, demonstrating a centralised approach that offers greater transparency and visibility of management information, KPI and financial performance. This will allow for a robust level of oversight regarding contract delivery as a whole.

b. fully utilise the benefits, efficiencies and cost savings being gained from this centralised strategy and approach for both parties, improving the quality and uptake of meals, particularly for FSM pupils.

c. operate a standard approach across all schools , delivering an exemplary quality of service whilst harnessing a continuous drive for improvement throughout the contract term.

d. ensure a high-quality food offering, whilst delivering value for money for schools, pupils and parents using the services.

e. offer a service that is aligned to the vision, value and ethos of the Trust.

f. be responsible for TUPE of existing staff.

This Lot is for all schools and therefore a combination of the school sites from Lots 1 & 2

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: £10,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two further one year extensions (3+1+1)

two.2.10) Information about variants

Variants will be accepted: No

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to the tender document set and the contract terms


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

Originally published as:

Date

6 December 2024

Local time

12:00pm

Changed to:

Date

13 December 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 December 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233085.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:233085)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Westcountry Schools Trust

Harford Road

Ivybridge

PL21 0JA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Westcountry Schools Trust

Harford Road

Ivybridge

PL21 0JA

Country

United Kingdom