UK-London: School catering services.
UK-London: School catering services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Oasis Community Learning
				 75 Westminster Bridge Road, London, SE1 7HS, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: https://www.oasiscommunitylearning.org/
				 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.3) Communication
		The procurement documents are available for unrestricted and full direct access, free of charge, at:    https://litmustms.co.uk/respond/ABT2RD537P 
		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:  Oasis Community Learning ~ Catering Services 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 Oasis Community Learning. We are one of the largest Multi-Academy Trusts in England.
We were established in 2004 with a vision to create "Exceptional Education at the Heart of the Community" and have since grown into a family of 52 academies. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  33,500,000 		
		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: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  The successful Supplier will be required to provide catering services for Oasis Community Learning. We are one of the largest Multi-Academy Trusts in England.
We were established in 2004 with a vision to create "Exceptional Education at the Heart of the Community" and have since grown into a family of 52 academies.
We currently serve over 31,000 young people, 49% of whom are from disadvantaged backgrounds and 31% speak English as an additional language.
We are determined to raise the educational bar for all our students and to close the educational gap that exists between disadvantaged students and their more privileged counterparts.
Our academies are in five main regions of England, providing either primary, secondary, all-through education or special education.
Our strong ethos is integral to our educational provision – it is an expression of our character, a statement of who we are and therefore the lens through which we assess all that we do.
We are committed to a model of:
Inclusion, equality, healthy relationships, hope and perseverance and this permeates all aspects of the life and culture of each Academy and the organisation as a whole.
We operate as a family of academies in all our regions. We believe in community and aspire to build a community hub within which each academy or family of academies sits. Our Hub teams facilitate access to a range of services such as adult learning schemes, healthy living advice and activities, sports facilities and out-of-hours youth activities.
Each academy also benefits from being part of a Regional Improvement Network and academies work closely their regional Oasis colleagues to share best practice and drive improvement.
Please be advised that this contract will be let on a 3 + 2 years basis.
Total contract value = £6.7m annual sales 
Please see SQ Document for further details. 
		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:  33,500,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Start: 01/01/2023 / End: 31/12/2027 		
		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: 19/11/2021    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  20/12/2021 		
		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:  For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://litmustms.co.uk/tenders/UK-UK-London:-School-catering-services./ABT2RD537P
To respond to this opportunity, please click here: 
https://litmustms.co.uk/respond/ABT2RD537P
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Oasis Community Learning
		 75 Westminster Bridge Road, London, SE1 7HS, 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: 18/10/2021
Annex A