UK-Lincolnshire: School catering services.

UK-Lincolnshire: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Huntcliff Academy Trust
Huntcliff School, Kirton-In-Lindsey, Lincolnshire, DN21 4NN, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.huntcliff.n-lincs.sch.uk/
NUTS Code: UKF3
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/6VU22249P2
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: Huntcliff 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 Huntcliff School.

Huntcliff Academy Trust may grow, with a number of additional schools becoming part of the Trust during this contract period and the provision of catering services at these schools if they have joined the Trust would fall under the scope of this contract. The successful Supplier would be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools would not be increased and they would join the contract for the remaining contract period that exists at the point of entry into the Trust.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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:
UKF3 Lincolnshire

II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for Huntcliff School.

Huntcliff Academy Trust may grow, with a number of additional schools becoming part of the Trust during this contract period and the provision of catering services at these schools if they have joined the Trust would fall under the scope of this contract. The successful Supplier would be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools would not be increased and they would join the contract for the remaining contract period that exists at the point of entry into the Trust.

Huntcliff School is situated on a pleasant site on the eastern edge of the rural town of Kirton-in-Lindsey. Having converted to single status academy in February 2012, Huntcliff currently caters for students aged 11 to 16 years old.

Our students come, not only from Kirton itself, but also from the neighbouring towns and villages and we work extensively with our feeder primary schools to ensure a smooth transition between KS2 and KS3.

Our ambition for our school and our students is predicated on: Outstanding teaching, learning, students and outcomes.

Huntcliff School agrees that all food and drink provided to pupils shall comply with current school food standards legislation. Similarly compliance to current GDPR, allergen and hygiene legislation are deemed critical to ensure the overall quality of the catering service is appropriate. There are currently circa 648 pupils with circa 134 entitled to Free School Meals and uptake typically 100 per day.

The guaranteed performance contract will commence on 1 January 2021 for an initial period of three years, until 31st December 2023, with the opportunity to extend for a further period of two years at the discretion of the School Trustees.

The Client expects the successful Supplier 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 Client expects the successful Supplier to evidence, through their bid, how they shall support and complement their stated target. The Client requires menus to be fully compliant with the Food for Life Silver standard.
The contract covers the scope for the provision of catering services, which currently includes: breakfast, morning break and lunch, all hospitality and free issue requirements.

Meals shall be charged at £2.40 (currently £2.30) on consumption for the first year of the contract (main course, dessert & drink), with Free School Meals at margin, but hospitality, duty meals and free issues at net cost. Packed lunches shall be required for some school trips. The School currently receives a return from the catering service. The client’s expectation is to receive a monthly invoice for FSM, Duty Meals and any Hospitality, along with the agreed return.

The successful Supplier will work closely with the Client to manage the provision of catering and the overall meal experience. The annual turnover of the current catering service is circa £172K, with an annual catering return of circa £8K.
The School successfully operates a ParentPay system, with parents either crediting accounts online or via cash loaders at School, cash is managed by the catering contractor.
The Client invites Suppliers to consider offers of appropriate capital investment and Suppliers’ ideas for the development of the current catering service will be welcomed.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2021 / End: 31/12/2025
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: 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 betaken 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: 19/06/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/07/2020
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-Lincolnshire:-School-catering-services./6VU22249P2

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/6VU22249P2
VI.4) Procedures for review
VI.4.1) Review body:
Huntcliff Academy Trust
Huntcliff School, Lincolnshire, DN21 4NN, 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: 01/05/2020

Annex A