UK-Hertfordshire: School catering services.

UK-Hertfordshire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Skanska ~ Catering Tender
Facilities Services, Maple Cross House, Denham Way, Hertfordshire, WD3 9SW, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.skanska.co.uk/
NUTS Code: UKH23
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/25UU5HTHX2
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: Skanska ~ 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 Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS).
II.1.5) Estimated total value:
Value excluding VAT: 6,500,000
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:
UKH23 Hertfordshire

II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS).
The Client is a Private Funded Initiative (PFI) which currently includes the following Bristol school properties, where the successful Supplier will be required to deliver a catering service and meet the requirements of the specification from the contract commencement.
The schools within the initial scope of the tender are:
•Bristol Brunel Academy ~ secondary school1336 pupils.
•Bristol Metropolitan Academy ~ secondary school (includes Briarwood SEN centre)1066 pupils.
oBriarwood School 58 pupils.
•Oasis Academy Brislington ~ secondary school (includes unit for pupils with additional ASD needs)1323 pupils.
•Bridge Learning Campus ~ all-through school (includes primary and nursery age pupils) 1168 pupils.
oNew Fosseway school 150 pupils.
Total 5088 pupils as of March 2023
The contract being tendered is for three years in duration from 01 January 2024, with the option to extend for a further term of up to two years, and will be guaranteed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis. There shall be a service on each of the 190 full academic days and by agreement for the 5 inset days.
The Client is currently not considering growing the number of schools during the contract period. However, should this change, and the provision of catering services are required in additional schools the scope and terms of this contract would also apply. If applicable the successful Supplier will be expected to provide this service within these schools using the same costing model, ratios etc that they applied to their successful tender submission for the Client at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the PFI.
The successful Supplier is expected to have a good local operational presence, as specialist caterers in the secondary school sector.
The contract covers the scope for the provision of school catering services, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School Meals shall be charged at margin and hospitality will be charged at cost, based on consumption.
The Client expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site. Food for Life Silver standard catering provision is required from the start of the contract and throughout.
The schools’ governing bodies intend to focus heavily on healthy, fresh, seasonal, locally sourced produce and see the catering service as an exciting opportunity to complement the overall student and community experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience.
The Senior Leadership Team have identified improved ‘value for money’ as a priority to parents and this is perceived as key to encourage an increased uptake of the overall catering service provided. The successful Supplier will work closely with the Client and the schools to manage the provision of catering and the overall ‘meal experience’, with pupil education on making healthy dietary choices being an important part of their educational experience.
Please see further information in 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: 6,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2024 / End: 31/12/2029
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: No
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://litmustms.co.uk/respond/25UU5HTHX2


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: 28/04/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/06/2023
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-Hertfordshire:-School-catering-services./25UU5HTHX2

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/25UU5HTHX2
VI.4) Procedures for review
VI.4.1) Review body:
Skanska Rashleigh Weatherfoil Litmited
Facilities Services, Maple Cross House, Denham Way, Maple Cross, Rickmansworth, WD3 9SW, 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: 22/03/2023

Annex A