UK-London: School catering services.

UK-London: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Rokesly Junior SchooI and Rokesly Infant & Nursery School
Rokesly Avenue, London, N8 8NH, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.rokesly-jun.haringey.sch.uk/
NUTS Code: UKI
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/respond/A82HZ9A8C9
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: Rokesly Junior SchooI, Rokesly Infant & Nursery School and Coleridge Primary 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: Rokesly Junior SchooI, Rokesly Infant & Nursery School and Coleridge Primary School ~ Catering tender
The 3 participating schools namely Rokesly Junior school, Rokesly Infant & Nursey School and Coleridge Primary School have joined together for sole purpose of conducting a procurement exercise for the supply of catering services.

With the schools based in close proximity of each other there is strong possibility for a single supplier to provide the catering services all schools. However, each school reserves the right to select the supplier that provides the most economical and advantageous tender to its school. The successful Supplier will be required to provide full catering services located at:

Rokesly Junior and Rokesly Infant & Nursery School
Rokesly Avenue
London
N8 8NH

https://www.rokesly-jun.haringey.sch.uk/
https://www.rokesly-inf.haringey.sch.uk/

Coleridge Primary School
77 Crouch End Hill
London
N8 8DN

https://coleridgeprimary.net/
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
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: The 3 participating schools namely Rokesly Junior school, Rokesly Infant & Nursey School and Coleridge Primary School have joined together for sole purpose of conducting a procurement exercise for the supply of catering services
With the schools based in close proximity of each other there is strong possibility for a single supplier to provide the catering services all schools. However, each school reserves the right to select the supplier that provides the most economical and advantageous tender to its school. The successful Supplier will be required to provide full catering services located at:
Rokesly Junior and Rokesly Infant & Nursery School Coleridge Primary School
Rokesly Avenue
London
N8 8NH

About
Rokesly Junior School and Rokesly Infant & Nursery School
Both the Junior School and Infant & Nursey School are located in the same building and whilst each school has its own dedicated dining room they both benefit from being attached to a central kitchen which significantly assists with the production and serving of meals
Combined there are approximately 600 pupils
Rokesly Junior School is a mixed gender school with approximately 325 pupils between the ages of 7-11.
Rokesly Infant School with Nursery is a mixed gender school with approximately 275 pupils between the ages of 3-7. The nursery serves roughly 15 meals per day
Further details can be found on the school’s websites:
https://www.rokesly-jun.haringey.sch.uk/
https://www.rokesly-inf.haringey.sch.uk/

Coleridge Primary School

A large 4 form entry primary school with nursery provision with approximately 870 pupils between the ages 3-11

Further details can be found on the school’s website:
https://coleridgeprimary.net/
Basis of Contract
The schools are embarking on this tender process with the intention of appointing an experienced Supplier to deliver full catering services. The contract is intended to commence on 1st September 2023 and will be for an initial period of 3 years plus an option to extend by 2 years up to a maximum of 5 years in duration.
The turnover for Rokesly Junior School and Rokesly Infant & Nursery School is estimated to be circa £450,000 over 3 years for the initial period.
The turnover for Coleridge Primary School is estimated to be circa £750,000 over 3 years for the initial period.
Combined turnover is estimated to be circa £1.2 million over 3 years for the initial period
Objectives
The appointed Supplier will have proven experience of delivering quality catering services within primary and nursery schools and should have suitable experience and expertise of successfully increasing pupil meal uptake. With an established record in successfully managing the TUPE process, the Supplier may also be required to apply for ‘Pass Through’ admission agreement (ABS) in order to manage the LGPS associated with certain members of the catering team. Furthermore, the Supplier should ideally have a strong operational base in the local area together with a compelling attitude towards making the lunchtime service appealing, healthy, nutritious and fun for children
Ultimately, it is important that the Supplier can demonstrate an ability to manage an efficient catering service through the application of effective staff training, management and quality controls that delivers continual ‘best value’ to all schools.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2023 / End: 31/08/2028
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: Not provided


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: 24/02/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/03/2023
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-London:-School-catering-services./A82HZ9A8C9

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/A82HZ9A8C9
VI.4) Procedures for review
VI.4.1) Review body:
Rokesly Junior and Rokesly Infant & Nursery School
London, 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: 20/01/2023

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
Coleridge Primary School
77 Crouch End Hill, London, N8 8DN, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://coleridgeprimary.net/
NUTS Code: UKI