UK-Hertfordshire: School catering services.

UK-Hertfordshire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Generations Multi Academy Trust
Goffs Academy, Goffs Lane, Cheshunt, Hertfordshire, EN7 5QW, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://generationsmat.com/
NUTS Code: UKH23
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/47X3347A48
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: Generations Multi Academy Trust ~ 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 the three schools of Generations MAT.
II.1.5) Estimated total value:
Value excluding VAT: 820,000
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 the three schools of Generations MAT
Current turnover for the three schools is in excess of £820k.
The Trust was established following a direct approach by the DfE and currently consists of two secondaries – Goffs and Goffs-Churchgate Academy – and one primary – Flamstead End School. In addition, the Trust operates an independently run nursery from its Goffs-Churchgate site. The trust’s core aims are as follows:
‘The name “Generations” reflects our desire to be a Trust that educates and nurtures children from their earliest days at school. Partnership is at the heart of all of our work, founded in a core commitment to there being no set destiny for any child, regardless of their starting point.
Fundamentally, we are committed to having a Trust that ensures:
•No set destiny for any of our children
•Quality first delivery day in and day out
•The highest standards of achievement for each child
•Robust and effective leadership and governance
•The highest standards of financial/business delivery, ensuring that the Trust’s business operation underpins the delivery and work of all of our academies
•Personalised, high quality professional development for staff, ensuring a highly skilled workforce’

There is a mixed demographic in the catchment for each of the three schools and pupil feeding is seen as a very important part of the school day providing healthy choices for sustenance and sociability. Currently Goffs and Goffs Churchgate have Chartwells as the service provider and Flamstead End have HCL. A principal aim of this process will be to realise the benefits of a single service provider for the three schools (and any additional schools that may join the Trust in time.)
Flamstead End school, with a NOR of circa 500, and 75 nursery pupils has reasonable uptake of UIFSM and requires a certain amount of menu flexibility to accommodate the younger KS1 pupils who have a separate service area (food produced from one kitchen and transported in hotboxes around 40 metres to the secondary servery). The kitchen facility has modern service equipment and a settled team. Local stakeholders would like more menu differentiation between KS1 meals and KS2 meals in terms of small changes in menu content – additional salad bar content and more potato than pasta content, but the service provision is seen to be at even keel.
Goff’s Academy, with NOR of circa 1550 and 180 staff is in a new building, opened in 2017. In terms of production facilities, these are adequate for the site population but there are restrictions front of house in terms of servery design and available seating that will require some creative input, thought and investment throughout the ITT process. There is one existing pod to help manage queues but there may well be need for an additional service point to keep throughout of pupils commensurate with available time. On the wish-list of senior stakeholders for the next contract term are:
•Wider choice of healthier alternatives at Morning break and lunchtime
•A closer eye on sustainability – less disposables and packaging
•Relevant logistical inputs to help school return to Single all school break timetable which was in place pre- Covid
•Helping the school link Food service and service provider expertise into the curriculum – from a nutritional perspective and also to promote F&B as a genuine career pathway
Goff’s Academy Churchgate, with NOR of around 600 has a higher proportion of SEN students and with FSM % at around 35%, recognises its responsibility of feeding the pupils well.
Please see SQ document for more information.
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: 820,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2024 / End: 31/12/2028
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: 04/08/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/08/2023
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./47X3347A48

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/47X3347A48
VI.4) Procedures for review
VI.4.1) Review body:
Generations Multi Academy Trust
Hertfordshire, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Flamstead End School
Longfield Lane, Cheshunt, Hertfordshire, EN7 6AG, 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 lodging of appeals may be obtained:
Goffs-Churchgate Academy
College Road, Cheshunt, Hertfordshire, EN8 9LY, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 30/06/2023

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
Flamstead End School
Longfield Lane, Cheshunt, Hertfordshire, EN7 6AG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://generationsmat.com/
NUTS Code: UKH23

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
Goffs-Churchgate Academy
College Road, Cheshunt, Hertfordshire, EN8 9LY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://generationsmat.com/
NUTS Code: UKH23