RIVA Partnership Ltd: Partnership Learning Trust - Catering Services

  RIVA Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Partnership Learning Trust - Catering Services
Notice type: Contract Notice
Authority: RIVA Partnership Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: The successful tenderer will be required to provide catering services to the following 11 schools schools (5 Primary, 5 secondary and 1 special school) at Partnership Learning: 1.Sydney Russell Primary School 2.Sydney Russell Secondary School 3.Riverside Primary School 4.Riverside Secondary School 5.Riverside Bridge 6.Gratefields Primary School 7.Gratefields Secondary School 8.George Mitchell Primary School 9.George Mitchell Secondary School 10.Hornchurch High School 11.Thames View Junior School
Published: 16/12/2024 10:40
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Dagenham: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Partnership Learning
             Parsoles Avenue, Dagenham, RM19 5QT, United Kingdom
             Tel. +44 1252977017, Email: tenders@rivapartnership.co.uk
             Contact: RIVA Partnership
             Main Address: https://www.partnershiplearning.com/, Address of the buyer profile: https://www.partnershiplearning.com/
             NUTS Code: UKI52
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Dagenham:-School-catering-services./86F96SM7FY
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Partnership Learning Trust - Catering Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      55524000 - School catering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The successful tenderer will be required to provide catering services to the following 11 schools schools (5 Primary, 5 secondary and 1 special school) at Partnership Learning:
1.Sydney Russell Primary School
2.Sydney Russell Secondary School
3.Riverside Primary School
4.Riverside Secondary School
5.Riverside Bridge
6.Gratefields Primary School
7.Gratefields Secondary School
8.George Mitchell Primary School
9.George Mitchell Secondary School
10.Hornchurch High School
11.Thames View Junior School       
      II.1.5) Estimated total value:
      Value excluding VAT: 14,280,905       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI52 Barking & Dagenham and Havering
      
      II.2.4) Description of procurement: At Partnership Learning, the Trust’s aims are to transform young lives through high quality education and strong values, and to support and empower personal and community well-being, by: establishing great new schools, transforming under-performing schools, ensuring its schools achieve and maintain excellence and collaborating with local partners to strengthen communities.
Further information about our Trust can be obtained here: https://www.partnershiplearning.com/
Tender information:
The successful tenderer will be required to provide catering services to the following 11 schools schools (5 Primary, 5 secondary and 1 special school) at Partnership Learning:
1.Sydney Russell Primary School
2.Sydney Russell Secondary School
3.Riverside Primary School
4.Riverside Secondary School
5.Riverside Bridge
6.Gratefields Primary School
7.Gratefields Secondary School
8.George Mitchell Primary School
9.George Mitchell Secondary School
10.Hornchurch High School
11.Thames View Junior School
The contract term being tendered is for three years, 1st August 2025 – 31st July 2028. There is an option for a further extension period for up to two additional years to 31st July 2030.
The contract offers an excellent opportunity to review and propose enhancements to the current catering services at the Schools. This includes but is not limited to; breakfast, morning break, lunchtime and after school services, over the academic year.
The Trust is keen to secure a high quality catering service including fresh locally sourced ingredients prepared on site, with a menu design that is flexible to suit the requirements of each the schools’ specific students. The Trust is proud of it’s ‘family ethos’ and expects a management style delivered by the successful contractor that supports, encourages and develops the catering staff. Dedicated, flexible and responsive management of the service is also a key objective.
The Trust is not obliged to accept the lowest price submitted for this tender, rather the Trust is keen to secure ‘best value’ from this contract and to deliver ‘best value’ to it’s students. Innovative and creative ideas as to how the services can be developed and value added, will be welcomed. The Trust seeks a contractor that is keen to work in partnership and who will deliver to it’s highest abilities, at all times.
Value of contract:
The annual value of the current contract is £2,856,181(the total cost per annum at present)
Therefore the value of this contract is £14,280,905 (total annual costs from last year as above x 5 as this contract is for a maximum of 5 years)
The contract shall be a fixed price contract, with invoices raised monthly to each school within the Trust.

Additional requirements and information:
•The Trust has a minimum requirement for a contractor’s employers' liability and public liability insurance of £5 million
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1 million
•There are some incumbent catering staff currently within the Local Government Pension Scheme
•The catering services are currently contracted to Aspens for all schools apart from George Mitchell School that is currently contracted to Impact Food Group.
•This is a growing Trust. During the tenure of this catering contract - any further schools that join this Trust may join this catering contract, at the discretion of the client
•The Trust would ideally seek one catering provider for all schools, but each school reserves the right to take it’s own appointment decision and each school reserves the right not to appoint as a result of this tender process.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 14,280,905       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/08/2025 / End: 31/07/2030       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Only candidates that meet the minimum selection criteria will progress to tender stage. A minimum of 5 candidates (or less, in the event less than 5 meet the minimum criteria) and a maximum of 10 candidates, will progress.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/86F96SM7FY       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/01/2025 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time.
Please note this is a growing Trust and any other schools that may join the Trust during the tenure of this new cleaning contract may, at the Trust’s discretion, be added to this contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Dagenham:-School-catering-services./86F96SM7FY

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/86F96SM7FY
   VI.4) Procedures for review
   VI.4.1) Review body:
             Partnership Learning Trust
       Parsoles Avenue, Dagenham, RM9 5QS, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 16/12/2024

Annex A


View any Notice Addenda

View Award Notice