UK-Christchurch: School catering services.

UK-Christchurch: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Highcliffe School
Parkside, Highcliffe, Christchurch, BH23 4QD, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.highcliffe.school/
NUTS Code: UKK25

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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Dorset Cluster ~ 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: This tender comprises 4 secondary and 2 primary schools in Dorset. Three schools are in the Hampshire, Isle of Wight, Southampton and Portsmouth Multi Academy Trust (HISP), plus three other secondary schools that are currently in a catering contract together Schools included: •HISP Trust - Highcliffe School •HISP Trust - Tanners Brook Primary School •HISP Trust - Portswood Primary School •The Purbeck School •Sturminster Newton High School •The Blandford School

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 3,278,809

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKK25 - Dorset
UKJ32 - Southampton

Main site or place of performance:
Dorset
Southampton


II.2.4) Description of the procurement: 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 the 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 2 years at the discretion of the clients. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Schools for the duration of this contract. The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School 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 a range of morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost. Whilst the Schools prioritise value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price. The Schools expect the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The Schools expect the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters . The Schools believe that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. As schools who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed. Contract value: The value of the new contract is circa £1,140, 000 per annum, so £5,700,000 over the maximum 5-year term of this contract Other notes: •Please be advised that this contract will be let on a 3 + 2 years basis. •Please be advised that the Schools have a minimum requirement for a contractor’s employers liability/ public liability and professional indemnity insurance of £10m •The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m •Please note that whilst the objective is to appoint one contractor for all schools, each school reserves the right to take their own appointment decision and each school reserves the right not to appoint as a result of this process. •HISP is a growing Trust. Should any existing or new schools join the Trust and express an interest in joining this catering contract, they may do so at the discretion of the clients. See SQ Document for more information.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2022/S 000-032697



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 26/05/2023

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Aspens Services Ltd, 06561073
Ground Floor, Teme House Whittington Hall Whittington Road, Whittington, United Kingdom
NUTS Code: UKG2
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,700,000
Total value of the contract/lot: 3,278,809
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=796674149

VI.4) Procedures for review

VI.4.1) Review body
Highcliffe School
Parkside, Highcliffe, Christchurch, Dorset, BH23 4QD, 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 review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 20/07/2023

ANNEX A

I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Tanners Brook Primary school
Elmers Drive, Millbrook, Southampton, SO15 4PF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.tannersbrookpri.org.uk/
NUTS Code: UKJ32

2: Contracting Authority
Portswood Primary School
Somerset Road, Southampton, SO17 3AA, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: http://www.portswoodpri.org.uk/
NUTS Code: UKJ32

3: Contracting Authority
The Purbeck School
Worgret Road, Wareham, BH20 4PF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.purbeck.dorset.sch.uk/
NUTS Code: UKK25

4: Contracting Authority
Sturminster Newton High School
Bath Road, Sturminster Newton, DT10 1DT, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.mysnhs.net/
NUTS Code: UKK25

5: Contracting Authority
The Blandford School
Milldown Road, Blandford Forum, DT11 7SQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://blandfordschool.org.uk/
NUTS Code: UKK25