UK-London: School catering services.

UK-London: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Haggerston School
Weymouth Terrace, Hackney, London, E2 8LS, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://haggerston.hackney.sch.uk/
NUTS Code: UKI

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.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: Haggerston School ~ 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 Haggerston 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: 1,250,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the procurement: About Haggerston School:

Haggerston School is a co-educational, inclusive, learning community with high standards and high expectations enabling everyone to succeed. The school's mission is to ensure that all students, whatever their starting point, make exceptional progress and develop into capable, creative, confident and caring young citizens.

The school has approx. 1025 pupils aged between 11-19 with a total capacity of 1,100. Out of this total approx. 42% of pupils are entitled to free school meals (FSM).

Typical services include: breakfast, mid-morning break, lunch, an all-day coffee cart and occasional hospitality. However, due to COVID-19 the school has stopped the provision of breakfast and mid-morning break service but will definitely reintroduce these once restrictions are lifted.
The school is a strong supporter of the London Living Wage (LLW) and the successful contractor will be required to ensure all catering staff are paid the prevailing LLW rate.

Basis of Contract:

One of the schools aims is to eliminate the small fixed subsidy it currently pays for the provision of catering service and as such is keen for bidders to consider creative ways that this may be realised. As the impact of COVID-19 in schools is likely to be fully resolved by September 2021 it is envisaged that the contract will remain on an annual fixed priced basis. However, the school recognises that uncertain trading conditions may exist and so hindering a fixed priced arrangement from being sustainable. If such conditions are present then the contract will initially commence on a Cost-Plus basis with guarantees on gross profit % and total labour cost. Over the first term (Sept – Dec 2021) the school will then work with the successful contract to establish the most appropriate budget model that enables the schools to achieve its aim.
The term of the contract will be for an initial period of three years with an option to extend up to a further period of 2 years.
The sales turnover of the contract over the initial period is estimated at £750,000.

Objectives:

The appointed Supplier will have significant experience of delivering healthy and enticing catering services within secondary schools and possess an aptitude to successfully growing sales by increasing pupil uptake.
With a strong operational base in London, the Supplier must ultimately have proven experience of managing an efficient catering service through the application of best practice and innovation and as a result will be expected to deliver sustained quality and ‘best value’ to the school throughout the contract term.

Further information can be found within the SQ Document.

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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4D8YZKSM73


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: 2020/S 235-581502



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: 581502
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: 14/06/2021

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: 3

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Taylor Shaw, 06576188
The Courtyard, Macclesfield, Cheshire, SK11 6ET, United Kingdom
NUTS Code: UKD6
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: Not Provided
Total value of the contract/lot: 1,400,270
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=614898487

VI.4) Procedures for review

VI.4.1) Review body
Haggerston School
Weymouth Terrace, Hackney, London, E2 8LS, 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: 29/07/2021