Catering Services Tender – Academies Enterprise Trust
The contract will be split into 3 Lots and bidding suppliers may bid for any combination of lots.
United Kingdom-London: School catering services
2020/S 023-052432
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 183 Eversholt Street, London
Town: London
NUTS code: UKI
Postal code: NW1 1UB
Country: United Kingdom
Contact person: Clive Hammond
E-mail: chammond@academiesenterprisetrust.org
Telephone: +44 7900827152
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28989
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Tender for the Provision of Catering Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This tender is for the provision of catering services for 55 academies. These are currently provided through a range of providers including own academy in -house provision, local authorities, other schools or outsourced third party suppliers.
The contract will be split into 3 lots and bidding suppliers may bid for any combination of lots including the option of a single supplier award for all 3 regions.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Middlesbrough, Yorkshire, Humberside, and Staffordshire;
Lot 2: Essex, Kent and London;
Lot 3: Birmingham, Milton Keynes, Bristol, Gloucester, Devon, Hampshire, Isle of Wight.
II.2.1)Title:
Academies in Essex, Kent and London
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Academies in the geographical regions of Essex, Kent and London.
II.2.4)Description of the procurement:
There are 18 AET academies covered within lot 2 of this contract covering the geographical areas of Essex, Kent and London.
These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.
This lot consists of the following academies:
— Pioneer School,
— Maltings Academy,
— New Rickstones Academy,
— Plumberow Primary Academy,
— Westerings Primary Academy,
— Greensward Academy,
— Ashingdon Primary Academy,
— Hamford Primary Academy,
— Tendring Technology College,
— Hockley Primary Academy,
— Bexleyheath Academy,
— Richmond Park Academy,
— Aylward Academy,
— Kingsley Academy,
— Trinity Primary,
— Noel Park Primary,
— Newlands Academy,
— St James The Great Primary Academy.
The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.
It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust’s discretion fall under the scope of this contract.
The successful supplier will be expected to provide costsings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.
The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.
The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.
The contract will be for an initial period of 5 years from 1.9.2020 to 31.8.2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.
The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months to 31.8.2027 at the discretion of the trust.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Academies within the geographical regions of Middlesborough, Yorkshire, Humberside and Staffordshire.
II.2.4)Description of the procurement:
There are 18 AET academies covered within Lot 1 of this contract covering the geographical areas of Middlesborough, Yorkshire, Humbersid and Staffordshire.
These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.
This lot consists of the following academies:
— Anglesey Primary Academy,
— Beacon Primary Academy,
— The Rawlett School,
— Tamworth Enterprise College,
— Cottingley Primary Academy,
— Feversham Primary Academy,
— Meadstead Primary Academy,
— Shafton Primary Academy,
— St Helens Primary Academy,
— Firth Park Academy,
— Utterby Primary Academy,
— North Thoresby Primary Academy,
— Hall Road Primary Academy,
— Newington Primary Academy,
— The Green Way Primary Academy,
— Caldicotes Primary Academy,
— North Ormesby Primary Academy,
— Unity City Academy.
The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.
It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust’s discretion fall under the scope of this contract.
The successful supplier will be expected to provide costsings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.
The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.
The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.
The contract will be for an initial period of 5 years from 1.9.2020 to 31.8.2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.
The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months to 31.8.2027 at the discretion of the trust.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Academies based in the geographical regions of South and South West Engalnd.
II.2.4)Description of the procurement:
There are 19 AET academies covered within Lot 3 of this contract covering the geographical areas of South and South West England
These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.
This lot consists of the following academies:
— Ryde Academy,
— Winton Community Academy,
— New Forest Academy,
— Hazelwood Primary,
— Barton Hill Primary Academy,
— Broadlands Academy,
— Brockworth Primary Academy,
— Offas Mead Primary Academy,
— Severn View Primary Academy,
— The Ridge Academy,
— Sir Herbert Leon Academy,
— Charles Warren Academy,
— Wishmore Cross Academy,
— Lea Forest Primary Academy,
— Four Dwellings Primary Academy,
— Montgomery Primary Academy,
— Percy Shurmer Primary Academy,
— Four Dwellings Academy,
— Greenwood Academy.
The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.
It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust’s discretion fall under the scope of this contract.
The successful supplier will be expected to provide costsings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.
The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.
The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.
The contract will be for an initial period of 5 years from 1.9.2020 to 31.8.2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.
The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended by up to a further 24 months to 31.8.2027 at the discretion of the trust.
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
III.2.2)Contract performance conditions:
The successful suppliers(s) will be required to provide catering services to all academies listed within the lot. The trust will not accept any bids that are based on any variation to this.
III.2.3)Information about staff responsible for the performance of the contract
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.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
London
The tender will be opened by the Head of Procurement for AET.
Section VI: Complementary information
VI.1)Information about recurrence
Further notices will be published in 2024 or if the option to extend the contract is taken in either 2025 or 2026.
VI.3)Additional information:
It will be the suppliers responsibility to obtain all necessary documentation and information in order to submit a response by the closing date and time.
The contracting authority reserves the right to award each lot individually, or 2 or more lots to a single supplier. The contracting authority also reserves the right not to award any or part of the contract and to terminate the procurement process at any time and for any reason.
The contracting authority will not be liable for any costs incurred by any supplier expressing an interest in this tender.
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 bid will be considered unless the bidder submits a confirming bid.
Suppliers are advised that whilst the Trust, as part of the tender will be seeking their professional recommendations on proposed investment in the catering facilities it is not seeking from the suppliers any bids that include investment funding.
The successful supplier(s) will be required in their year one prices to include costs in relation to the running of this tender. These costs are Lot 1 19 000 GBP, Lot 2 29 500 GBP and Lot 3 26 500 GBP
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=217979.
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:217979)
VI.4.1)Review body
Postal address: Cabinet Office
Town: London
Postal code: NW1 1BU
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Telephone: +44 3450103503Internet address: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5)Date of dispatch of this notice: