Catering Contract for Robin Hood Multi Academy Trust
The contract offered covers the scope for the provision of all catering services within the schools.
United Kingdom-Birmingham: School catering services
2019/S 126-308483
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Pitmaston Road, Hall Green
Birmingham
B28 9PP
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKG31
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Robin Hood Multi Academy Trust — Tender for Catering Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Robin Hood Multi Academy Trust was officially formed in July 2016 and currently has 2 schools: Robin Hood Academy and Cedars Academy, whilst it also supports Yenton Primary on a service level agreement.
In the past 5 years, Robin Hood Academy has specialised in school-to-school support and so creating a Multi Academy Trust (MAT) seemed a natural progression to ensure lasting partnerships and build upon the effective work that has already taken place.
Robin Hood Multi Academy Trust goal is to constantly strive for improvement to ensure that the children in their care receive an engaging and innovative educational experience.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Robin Hood Academy and Cedars Academy
Birmingham
UNITED KINGDOM
II.2.4)Description of the procurement:
The contract being tendered is for 3 years in duration from 1.1.2020 until 31.12.2022, with the option to extend the contract term for a further term of up to 2 years and will operate as a guaranteed performance contract, with the successful contractor offering the schools a guaranteed cost per annum for the provision of catering services. Sovereignty of any cash tariff is to remain with the schools for the duration of this contract.
The MAT is expected to grow in the number of schools becoming part of the MAT during this contract period. The provision of catering services within any further schools, when they have joined the MAT, may fall under the scope of this contract. The successful supplier would be expected to provide the catering service within the additional schools, using the same costing model, ratios, etc. that they applied to their successful financial submission for the MAT, at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the MAT.
The academic year is based on a calendar of 195 days. 5 days are to be used for staff professional development which means that school will be open to receive students for the legal minimum of 190 days.
Whilst the MAT prioritises value for money as a key objective of the competitive tender process, they are not obliged to accept the lowest price.
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 teaching and support staff and students on roll, all of whom have a focus on the introduction of exciting new food concepts to satisfy a wide range of tastes and dietary requirements. The schools would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract offered covers the scope for the provision of all catering services within the schools, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free school meals, universal free school meals and hospitality will be charged based on consumption and at net food cost.
The MAT 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 MAT expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of keeping children safe in education.
The MAT 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. As a result, Cedars Academy are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful contractor.
As a MAT who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the contractor’s tender submission would be welcomed. The MAT would wish for the contractor to look at making this investment within the existing dining areas, with attention being given to the installation of a cashless systems at Robin Hood Academy and introduction of new systems where none are currently installed, the upgrade of the counter layouts and furnishings and the implementation of a procedure that would assist in producing a reduction of current queuing times.
(Further info is in the SQ Document.)
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Interest in the selection process should be expressed via email only to pqq@litmuspartnership.co.uk clearly stating within this email which Contract/Notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The selection questionnaire and associated documents can be obtained at: at: https://litmuspartnership.co.uk/sq/robinhood/
The closing date for receipt of the selection questionnaire is 16.8.2019 (12:00). Suppliers are required to ensure that documents are obtained and returned to the Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
Documents in respect of economic/financial standing (where indicated in the selection questionnaire) shall be returned to the Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
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.
VI.4.1)Review body
Birmingham
United Kingdom
VI.5)Date of dispatch of this notice: