Section one: Contracting authority
one.1) Name and addresses
Aspire Academy Trust
Unit 20, St Austell Business Park
St Austell
PL25 4FD
Contact
Josie Medforth
Telephone
+44 7857426127
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.aspireacademytrust.org
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Aspire Academy Trust Outsourced 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 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 outsourced catering service.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
School sites across Cornwall
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 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, from a centralised strategy and approach for both parties, continually 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.
The following Trust sites are included for this tender opportunity:
Biscovey Academy
Biscovey Nursery & Infants' Academy
Breage C of E Primary School
Bude Primary Academy – Infants
Bude Primary Academy - Juniors
Bugle School
Connor Downs Academy
Coverack Primary School
Crowan School
Cubert School
Cusgarne Primary School
Delabole School
Grade Ruan C of E Primary School
Indian Queens Primary School
Manaccan Primary School
Mawgan in Pydar Primary School
Mount Hawke Academy
Nansledan School
Nansloe Academy
Padstow School
Probus Primary School
Sandy Hill Academy
St Breock Primary School
St Keverne Primary School
St Minver School
St Stephen Churchtown Academy
St Uny C of E Primary Academy
Summercourt Academy
Tintagel Primary School
Tregolls Academy
Treverbyn Academy
Truro Learning Academy
Warbstow Primary Academy
Whitemoor Academy
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: £9,000,000
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 1 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
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
Date
18 December 2024
Local time
12:00pm
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
18 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=233137.
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:233137)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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
Aspire Academy Trust
Unit 20, St Austell Business Park
St Austell
PL25 4FD
Country
United Kingdom
Internet address
https://www.aspireacademytrust.org
six.4.4) Service from which information about the review procedure may be obtained
Aspire Academy Trust
Unit 20, St Austell Business Park
St Austell
PL25 4FD
Country
United Kingdom