Section one: Contracting authority
one.1) Name and addresses
Aletheia Academies Trust
Meadow Road
Gravesend
DA11 7LS
Contact
Miranda Farland
miranda.farland@place-group.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKJ4 - Kent
National registration number
07801612
Internet address(es)
Main address
https://www.aletheiatrust.org.uk/
Buyer's address
https://in-tendhost.co.uk/placegroup/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/placegroup/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/placegroup/aspx/Home
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
PP-10125 Aletheia Academies Trust Catering
Reference number
PP-10125
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Aletheia Academies Trust consists of twelve academies including eleven Primary schools, one Nursery and one All-Through School in Kent. The catering service across Aletheia Academies Trust may require a new approach. Currently the catering is carried out via the model in Attachment 5, but the Trust are interested to see whether improvements can be found that are in the best interest of all the schools and offer best value. The Trust are open to finding new innovative ideas to make the catering service more efficient, better quality and more cost effective. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the contract. Any additional schools will co-terminate to the end same end date of the initial contract.The Contract period will be for 3 years initially with the option to extend for two further one year periods.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
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
- UKJ4 - Kent
two.2.4) Description of the procurement
Aletheia Academies Trust consists of twelve academies including eleven Primary schools, one Nursery and one All-Through School. With expansion on the horizon and our community growing, our student population of 4,600 pupils is projected to increase to over 8,000 by 2031 based on current and known growth plans. Alkerden Academy is expected to be open by September 2025. It is important that the Successful bidder is able to cope with the growth and support the Trust in a flexible manner. The catering service across Aletheia Academies Trust may require a new approach. The Contract period will be for 3 years initially with the option to extend for two further one year periods. The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities. The Successful bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with Government’s minimum nutritional and food based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the new Ofsted guidance for catering.The Successful Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include; School management, parents, and pupils. In addition, the Successful Bidder will also be responsible for all legal and health and safety & food safety requirements in delivering the catering services.
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: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the tendering documentation
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
6 January 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 January 2025
Local time
12:05pm
Place
Place Group InTend portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom