Skip to main content.

The Litmus Partnership: Skanska ~ Catering Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Skanska ~ Catering Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide catering services for Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS).
Published: 22/03/2023 13:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Hertfordshire: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Skanska ~ Catering Tender
             Facilities Services, Maple Cross House, Denham Way, Hertfordshire, WD3 9SW, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.skanska.co.uk/
             NUTS Code: UKH23
      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/25UU5HTHX2
      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: Skanska ~ 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 Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS).       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,500,000       
      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:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS).
The Client is a Private Funded Initiative (PFI) which currently includes the following Bristol school properties, where the successful Supplier will be required to deliver a catering service and meet the requirements of the specification from the contract commencement.
The schools within the initial scope of the tender are:
•Bristol Brunel Academy ~ secondary school1336 pupils.
•Bristol Metropolitan Academy ~ secondary school (includes Briarwood SEN centre)1066 pupils.
oBriarwood School 58 pupils.
•Oasis Academy Brislington ~ secondary school (includes unit for pupils with additional ASD needs)1323 pupils.
•Bridge Learning Campus ~ all-through school (includes primary and nursery age pupils) 1168 pupils.
oNew Fosseway school 150 pupils.
Total 5088 pupils as of March 2023
The contract being tendered is for three years in duration from 01 January 2024, with the option to extend for a further term of up to two years, and will be guaranteed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis. There shall be a service on each of the 190 full academic days and by agreement for the 5 inset days.
The Client is currently not considering growing the number of schools during the contract period. However, should this change, and the provision of catering services are required in additional schools the scope and terms of this contract would also apply. If applicable the successful Supplier will be expected to provide this service within these schools using the same costing model, ratios etc that they applied to their successful tender submission for the Client at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the PFI.
The successful Supplier is expected to have a good local operational presence, as specialist caterers in the secondary school sector.
The contract covers the scope for the provision of school catering services, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School Meals shall be charged at margin and hospitality will be charged at cost, based on consumption.
The Client expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site. Food for Life Silver standard catering provision is required from the start of the contract and throughout.
The schools’ governing bodies intend to focus heavily on healthy, fresh, seasonal, locally sourced produce and see the catering service as an exciting opportunity to complement the overall student and community experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience.
The Senior Leadership Team have identified improved ‘value for money’ as a priority to parents and this is perceived as key to encourage an increased uptake of the overall catering service provided. The successful Supplier will work closely with the Client and the schools to manage the provision of catering and the overall ‘meal experience’, with pupil education on making healthy dietary choices being an important part of their educational experience.
Please see further information in SQ document.
      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: 6,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2024 / End: 31/12/2029       
      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: No
      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/25UU5HTHX2       


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: 28/04/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/06/2023       
      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./25UU5HTHX2

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/25UU5HTHX2
   VI.4) Procedures for review
   VI.4.1) Review body:
             Skanska Rashleigh Weatherfoil Litmited
       Facilities Services, Maple Cross House, Denham Way, Maple Cross, Rickmansworth, WD3 9SW, 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: 22/03/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Hertfordshire: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Skanska ~ Catering Tender
       Facilities Services, Maple Cross House, Denham Way, Hertfordshire, WD3 9SW, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.skanska.co.uk/
       NUTS Code: UKH23

   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: Skanska ~ 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 Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS).

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,358,451.8
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: The successful Supplier will be required to provide catering services for Skanska Rashleigh Weatherfoil, Facilities Services (SRW FS). The Client is a Private Funded Initiative (PFI) which currently includes the following Bristol school properties, where the successful Supplier will be required to deliver a catering service and meet the requirements of the specification from the contract commencement. The schools within the initial scope of the tender are: •Bristol Brunel Academy ~ secondary school1336 pupils. •Bristol Metropolitan Academy ~ secondary school (includes Briarwood SEN centre)1066 pupils. oBriarwood School 58 pupils. •Oasis Academy Brislington ~ secondary school (includes unit for pupils with additional ASD needs)1323 pupils. •Bridge Learning Campus ~ all-through school (includes primary and nursery age pupils) 1168 pupils. oNew Fosseway school 150 pupils. Total 5088 pupils as of March 2023 The contract being tendered is for three years in duration from 01 January 2024, with the option to extend for a further term of up to two years, and will be guaranteed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis. There shall be a service on each of the 190 full academic days and by agreement for the 5 inset days. The Client is currently not considering growing the number of schools during the contract period. However, should this change, and the provision of catering services are required in additional schools the scope and terms of this contract would also apply. If applicable the successful Supplier will be expected to provide this service within these schools using the same costing model, ratios etc that they applied to their successful tender submission for the Client at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the PFI. The successful Supplier is expected to have a good local operational presence, as specialist caterers in the secondary school sector. The contract covers the scope for the provision of school catering services, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School Meals shall be charged at margin and hospitality will be charged at cost, based on consumption. The Client expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site. Food for Life Silver standard catering provision is required from the start of the contract and throughout. The schools’ governing bodies intend to focus heavily on healthy, fresh, seasonal, locally sourced produce and see the catering service as an exciting opportunity to complement the overall student and community experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience. The Senior Leadership Team have identified improved ‘value for money’ as a priority to parents and this is perceived as key to encourage an increased uptake of the overall catering service provided. The successful Supplier will work closely with the Client and the schools to manage the provision of catering and the overall ‘meal experience’, with pupil education on making healthy dietary choices being an important part of their educational experience. Please see further information in 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: Please note that this is a Contract Award Notice. This contract has already been awarded.


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: 2023/S 000-008343
      
   

   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: 22/09/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         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 Road, Whittington Road, Whittington, WR5 2RY, 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: 6,500,000          
         Total value of the contract/lot: 3,358,451.8
         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. 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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=842827380

   VI.4) Procedures for review

      VI.4.1) Review body
          Skanska Rashleigh Weatherfoil Litmited
          Facilities Services, Maple Cross House, Denham Way, Maple Cross, Rickmansworth, WD3 9SW, 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: 14/02/2024