UK-Upminster: School catering services.

UK-Upminster: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Empowered Learning Academy Trust
Hall Mead School, Marlborough Gardens, Upminster, RM14 1SF, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.com
Main Address: https://www.elatschools.co.uk/
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: Yes.
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/tenders/UK-UK-Upminster:-School-catering-services./594X4T63DS
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: Empowered Learning Trust Academy
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 Empowered Learning Academy TRust
II.1.5) Estimated total value:
Value excluding VAT: 4,775,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKH3 Essex

II.2.4) Description of procurement: Empower Learning Academy Trust
Is a family of schools all located within 20 minutes of each other in the London Borough of Havering with a shared purpose to provide opportunities for our students and staff to be the best they can be, a vision that focuses on the needs of the learning community and shared values, Passion, Respect, Inclusion, Challenge and Openness.
Your Schools:
There are 5 schools participating in this tender, all of whom are currently contracted to London Borough of Havering Education Services, Catering for their catering services.
•There are incumbent catering staff at all schools who are in the Local Government Pension Scheme.
Hall Mead School, is a secondary School in Upminster, with approx. 1050 pupils and 180 staff. The catering facility benefits from being situated in a state of the art new building. The school prides itself on its high academic performance, inclusivity and positive relationships. Ofsted graded Outstanding.
•Total sales per annum is circa £325k
Bower Park Academy, is a secondary school in Romford, with approx. 1000 pupils and 110 staff. The school prides itself on providing a nurturing and supportive environment where students can achieve success. Ofsted graded Good.
•Total sales per annum is circa £210k
The Britton’s Academy, is a secondary school in Rainham, with approx. 620 pupils and 100 staff. The school prides itself on its moral purpose to make a difference to the life chances of every student attending the Academy.
•Total sales per annum is circa £150k
Hacton Primary School, is a primary school in Hornchurch, with approx. 610 pupils and 90 staff. The catering facility benefits from being situated in a state of the art new building. The school prides itself on developing children’s academic abilities and life skills. Ofsted graded Outstanding.
•Total sales per annum is circa £135k
Ardleigh Green Infant & Junior School, provide primary education in Hornchurch, with approx. 600 pupils and 90 staff. The school is prides itself on its ethos that Working Together, Learning Together, Everyone Grows. Ofsted graded Outstanding.
•Total sales per annum is circa £135k
The tender
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 of all schools, with a focus on exciting new food concepts to satisfy a wide range of pupil 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 being tendered is for three years in duration from 1st August 2023 to 31st July 2026 with the option to extend for up to a further one + one years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Schools a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
The School year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that Schools will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the Schools, which currently includes morning break, lunch, hospitality and free issue requirements. Free School meals are to be charged per pupil on uptake with a margin attached, and hospitality will be charged based on consumption and at net food cost.
Whilst the Trust prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.
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: 4,775,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2026
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: Yes
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://litmustms.co.uk/respond/594X4T63DS


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: 13/01/2023 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Upminster:-School-catering-services./594X4T63DS

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/594X4T63DS
VI.4) Procedures for review
VI.4.1) Review body:
Empowered Learning Academy Trust
Hall Mead School, Marlborough Gardens, Upminster, RM14 1SF, 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: 01/12/2022

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Hall Mead School
Malborough Gardens, Upminster, Essex, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hallmeadschool.co.uk/
NUTS Code: UKH3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Hacton Primary School
Chepstow Avenue, Hornchurch, RM12 6AU, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://hacton.havering.sch.uk/
NUTS Code: UKH3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
The Brittons Academy
Ford Lane, Rainham, RM13 7BB, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.brittons.havering.sch.uk/
NUTS Code: UKH3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Bower Park Academy
Havering Road, Romford, RM1 4YY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.bowerpark.co.uk/
NUTS Code: UKH3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Ardleigh Green Infant & Junior School
Ardleigh Green Road, Hornchurch, RM11 2SP, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.ardleighgreenjun.org.uk/Default.aspx
NUTS Code: UKH3