The Litmus Partnership: Harris Federation ~ Catering Services Tender

  The Litmus Partnership has published this notice through Delta eSourcing

Notice Summary
Title: Harris Federation ~ Catering Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide catering services for Harris Federation. Please note this contract is split into 5 LOTS. Bidders are required to submit a separate SQ response for each LOT they are interested in. Please use the below links to access the SQ for each of the 5 LOTS: Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3 Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5 Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7 Please see SQ Document for further details on schools involved.
Published: 04/11/2022 13:37

View Full Notice

UK-Croydon: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Harris Federation
             C/O 4th Floor Norfolk House, Wellesley Road, Croydon, CR0 1LH, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.harrisfederation.org.uk/
             NUTS Code: UKI
      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://litmustms.co.uk/
      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: Harris Federation ~ Catering Services Tender       
      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 Supplier will be required to provide catering services for Harris Federation.

Please note this contract is split into 5 LOTS. Bidders are required to submit a separate SQ response for each LOT they are interested in.

Please use the below links to access the SQ for each of the 5 LOTS:

Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ
Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3
Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS
Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5
Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7

Please see SQ Document for further details on schools involved.       
      II.1.5) Estimated total value:
      Value excluding VAT: 65,259,278       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 – Central Quadrant       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The Harris Federation is an education charity led and run by teachers. They opened their first school in 1991 and now run 52 primary and secondary academies in London and Essex, and train thousands of teachers per year from the Harris Federation and beyond.

The Harris Federation is responsible for the education of one in 40 of school children in London. With the majority of its academies located in areas of high socioeconomic disadvantage, a high-quality education is key to the futures of the pupils they serve.

Catering services at the schools are currently provided by a single contractor. The Federation has decided to divide the new contract/s into Lots in order to attract a broader range of suppliers and service propositions. As such, bids for each individual Lot will be evaluated on their own merits, but the Federation reserves the right to award the Lot contracts to one or any greater number of contractors. It is intended to award the contract on the basis of 3 + 2 + 2 years.

The Lots are broadly divided as per the existing Quadrant structure, with each Quadrant being overseen by an Assistant Director.

The Harris Federation have expressed the following objectives and priorities for the catering services and contract/s:

1.To invite dynamic proposals from a range of talented organisations with sufficient scale and resource to drive forward standards across the schools.

2.To put the delivery of food quality, service and environmental sustainability at the heart of the contract performance management system, whilst ensuring the successful contractor/s meets its commercial and compliance obligations. This includes supporting the Federation in achieving carbon neutral status and minimising food waste.

3.To invest in the catering staff employed through the contract, ensuring that willing and capable staff are attracted, retained and developed across the catering operations.

4.To establish a flexible contract framework which allows for the addition of new academies in future in a fully transparent and mutually beneficial manner. There needs to be local flexibility to adapt the service offers without compromising the consistency of standards across the Federation’s schools.

5.To create a contracting model/s that supports collaborative partnerships and incentivises positive contractor performance and behaviours rather than penalises failure.

6.To encourage contractor innovation and provision of Social Value both within the schools and to communities within which the Federation operates.
Furthermore, a recent survey conducted across both primary and secondary schools identified that key issues requiring improvement for the services were:
•Overall value for money
•Queuing times
•Availability and consistency of food
These objectives and priorities should be borne in mind by bidders both at the SQ and full ITT stages.

See SQ Document for further information.
      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: 14,558,404       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2030       
      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: 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:
      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: Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 – Thames Quadrant       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: See SQ Document for further information.
      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: 12,073,138       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2030       
      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: 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:
      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: Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 – East Quadrant       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: See SQ Document for further information.
      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: 11,283,797       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2030       
      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: 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:
      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: Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 – South Quadrant       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: See SQ Document for further information.
      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: 13,015,205       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2030       
      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: 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:
      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: Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 – Primaries Quadrant       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: See SQ Document for further information.
      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: 14,328,734       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2030       
      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: 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:
      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: Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7       


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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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: 05/12/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/12/2022       
      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.

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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=731773694
   VI.4) Procedures for review
   VI.4.1) Review body:
             Harris Federation
       Croydon, 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: 04/11/2022

Annex A


View any Notice Addenda

View Award Notice