UK-Bedfordshire: School catering services.

UK-Bedfordshire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Luton Sixth Form College
Bradgers Hill Road, Luton, Bedfordshire, LU2 7EW, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.lutonsfc.ac.uk
NUTS Code: UKH2
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/3HK7S83ZT6
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: Luton Sixth Form College ~ 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 Luton Sixth Form College.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
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:
UKH2 Bedfordshire and Hertfordshire

II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for Luton Sixth Form College.
Luton Sixth Form College is the oldest sixth form College in the country (est.1966), and has a reputation as one of the top performing Colleges in the UK. It is also one of the largest and has over three thousand (2022/23 3,070) 16-19 year olds, with around 70% being from BME groups. Typically there will be 1600 – 1800 of these students on site on any given day.
The current premises were built in 2010, giving a modern feel to both kitchen and front of house services, the scope of which includes coffee Bar, main restaurant servery and food shop/ outlet. The catering service also provides hospitality and events on an ad hoc basis.
Current F&B turnover is just under £500k per annum delivered by a team of 11 staff, including two full time managers – GM and Head chef.
•The College expects the successful Supplier to meet the needs of their students and staff. 16–19-year-old students are responsive to “fast grab and go” food, prepared to order and to branded foods.
•The College management team want the College to be an exciting and interesting place for our students, and believe an innovative food supplier will be able to deliver a provision which feels mature, current and above all have a different look and feel to school experience.
•The Supplier will enable the continued development of catering through the provision of an innovative, student lead food offering being prepared on-site.
•The College expects the successful Supplier to evidence, through their bid, how they shall support and complement its values and provide a stimulating and relevant offer to students, reflecting high street offers that are fresh tasty and healthy.
The College are continually seeking ways to improve and develop the ethos and environment for pupils and staff, to give them the facilities they deserve and need to meet the food service challenges of the 21st Century, any consideration regarding inward capital investment as part of the Supplier’s tender submission would be welcomed. The existing facilities are good with functioning and well-maintained core equipment, and College stakeholders suspect that a fourth food service outlet (perhaps in a container outside with a seasonal pop-up type variety of offers) would have ability to capture additional spend without compromising existing spending habits.
Funding wise – the provision of this potential additional facility is not necessarily down to the Supplier, but assuming that the facility is there, there will be the opportunity to identify a supplier’s operating method and quantify additional return in the bidder’s requirement documentation at ITT stage.
The College are interested in how service providers use of technology to help attract students to the offer and build loyalty.
The College would also welcome bidders to create an as environmentally friendly provision as possible.
The College would like the new contract to give as much cost certainty as possible, through potential guaranteeing maximum key cost lines, cost of labour, management fee and elements of sundry spend, or indeed via a guaranteed return.
The core objectives of the College for the catering service are as follows:
•To provide a food offer that engages, fuels and inspires students and staff with quality and consistency.
•To find a service partner that proactively develops the menu and the financial model that the service generates
•To develop the skills, competence and confidence of the loyal existing workforce to help raise quality and drive standards and consistency across the service offers

Full details in relation to Luton Sixth Form College can be found at Luton Sixth Form College - Home (lutonsfc.ac.uk)
Due to the geography and the demographic of the College, chicken products sold on College premises is subject to Halal - HMC accreditation.
See SQ document for further details.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
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: 10/03/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/04/2023
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.
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://litmustms.co.uk/tenders/UK-UK-Bedfordshire:-School-catering-services./3HK7S83ZT6

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/3HK7S83ZT6
VI.4) Procedures for review
VI.4.1) Review body:
Luton Sixth Form College
Bedfordshire, 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: 07/02/2023

Annex A