The Litmus Partnership: Haggerston School ~ Catering Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Haggerston School ~ Catering 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 Haggerston School.
Published: 27/11/2020 15:49
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-London: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Haggerston School
             Weymouth Terrace, Hackney, London, E2 8LS, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://haggerston.hackney.sch.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/respond/4D8YZKSM73
      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: Haggerston School ~ Catering 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 Haggerston School.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,250,000       
      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:
      UKI LONDON
      
      II.2.4) Description of procurement: About Haggerston School:

Haggerston School is a co-educational, inclusive, learning community with high standards and high expectations enabling everyone to succeed. The school's mission is to ensure that all students, whatever their starting point, make exceptional progress and develop into capable, creative, confident and caring young citizens.

The school has approx. 1025 pupils aged between 11-19 with a total capacity of 1,100. Out of this total approx. 42% of pupils are entitled to free school meals (FSM).

Typical services include: breakfast, mid-morning break, lunch, an all-day coffee cart and occasional hospitality. However, due to COVID-19 the school has stopped the provision of breakfast and mid-morning break service but will definitely reintroduce these once restrictions are lifted.
The school is a strong supporter of the London Living Wage (LLW) and the successful contractor will be required to ensure all catering staff are paid the prevailing LLW rate.

Basis of Contract:

One of the schools aims is to eliminate the small fixed subsidy it currently pays for the provision of catering service and as such is keen for bidders to consider creative ways that this may be realised. As the impact of COVID-19 in schools is likely to be fully resolved by September 2021 it is envisaged that the contract will remain on an annual fixed priced basis. However, the school recognises that uncertain trading conditions may exist and so hindering a fixed priced arrangement from being sustainable. If such conditions are present then the contract will initially commence on a Cost-Plus basis with guarantees on gross profit % and total labour cost. Over the first term (Sept – Dec 2021) the school will then work with the successful contract to establish the most appropriate budget model that enables the schools to achieve its aim.
The term of the contract will be for an initial period of three years with an option to extend up to a further period of 2 years.
The sales turnover of the contract over the initial period is estimated at £750,000.

Objectives:

The appointed Supplier will have significant experience of delivering healthy and enticing catering services within secondary schools and possess an aptitude to successfully growing sales by increasing pupil uptake.
With a strong operational base in London, the Supplier must ultimately have proven experience of managing an efficient catering service through the application of best practice and innovation and as a result will be expected to deliver sustained quality and ‘best value’ to the school throughout the contract term.

Further information can be found within the SQ Document.
      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: 1,250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2021 / End: 31/08/2026       
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4D8YZKSM73       


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: 15/01/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/02/2021       
      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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-School-catering-services./4D8YZKSM73

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4D8YZKSM73
   VI.4) Procedures for review
   VI.4.1) Review body:
             Haggerston School
       Weymouth Terrace, Hackney, London, E2 8LS, 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: 27/11/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Haggerston School
       Weymouth Terrace, Hackney, London, E2 8LS, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://haggerston.hackney.sch.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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Haggerston School ~ Catering 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 Haggerston School.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,250,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: About Haggerston School:

Haggerston School is a co-educational, inclusive, learning community with high standards and high expectations enabling everyone to succeed. The school's mission is to ensure that all students, whatever their starting point, make exceptional progress and develop into capable, creative, confident and caring young citizens.

The school has approx. 1025 pupils aged between 11-19 with a total capacity of 1,100. Out of this total approx. 42% of pupils are entitled to free school meals (FSM).

Typical services include: breakfast, mid-morning break, lunch, an all-day coffee cart and occasional hospitality. However, due to COVID-19 the school has stopped the provision of breakfast and mid-morning break service but will definitely reintroduce these once restrictions are lifted.
The school is a strong supporter of the London Living Wage (LLW) and the successful contractor will be required to ensure all catering staff are paid the prevailing LLW rate.

Basis of Contract:

One of the schools aims is to eliminate the small fixed subsidy it currently pays for the provision of catering service and as such is keen for bidders to consider creative ways that this may be realised. As the impact of COVID-19 in schools is likely to be fully resolved by September 2021 it is envisaged that the contract will remain on an annual fixed priced basis. However, the school recognises that uncertain trading conditions may exist and so hindering a fixed priced arrangement from being sustainable. If such conditions are present then the contract will initially commence on a Cost-Plus basis with guarantees on gross profit % and total labour cost. Over the first term (Sept – Dec 2021) the school will then work with the successful contract to establish the most appropriate budget model that enables the schools to achieve its aim.
The term of the contract will be for an initial period of three years with an option to extend up to a further period of 2 years.
The sales turnover of the contract over the initial period is estimated at £750,000.

Objectives:

The appointed Supplier will have significant experience of delivering healthy and enticing catering services within secondary schools and possess an aptitude to successfully growing sales by increasing pupil uptake.
With a strong operational base in London, the Supplier must ultimately have proven experience of managing an efficient catering service through the application of best practice and innovation and as a result will be expected to deliver sustained quality and ‘best value’ to the school throughout the contract term.

Further information can be found within the SQ Document.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4D8YZKSM73


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2020/S 235-581502
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 581502    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Taylor Shaw, 06576188
             The Courtyard, Macclesfield, Cheshire, SK11 6ET, United Kingdom
             NUTS Code: UKD6
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,400,270
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=614898487

   VI.4) Procedures for review

      VI.4.1) Review body
          Haggerston School
          Weymouth Terrace, Hackney, London, E2 8LS, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 29/07/2021