Skip to main content.

The Litmus Partnership: Sharnbrook Academy Federation ~ Tender for Catering Services

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

Notice Summary
Title: Sharnbrook Academy Federation ~ Tender for Catering Services
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of everything we do’. SAF consists of 5 schools – all of which are included within this OJEU tender. The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements.
Published: 17/07/2020 15:47
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-Sharnbrook: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Sharnbrook Academy Federation
             Sharnbrook Academy, Odell Road, Sharnbrook, MK44 1JL, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.saf.org.uk/
             NUTS Code: UKH2
      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/Y3ER8G2Z9X
      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: Sharnbrook Academy Federation ~ Tender for Catering Services       
      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: SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of
everything we do’. SAF consists of 5 schools – all of which are included within this OJEU tender. The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,199,530       
      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:
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil that takes a meal (on uptake) with a margin attached, and hospitality will be charged based on consumption and at net food cost.

Whilst the School prioritises value for money as a key objective of the selection process, SAF is not obliged to accept the lowest price.
SAF expects 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. SAF expects the service delivery to be Covid 19 safe and meet all school meal regulations.

SAF believes 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. SAF 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. They seek a catering ‘partner’ to assist them in achieving these goals.

SAF would also like to consider proposals for capital investment in the schools, with further detail to be released in the catering specification.
Sales across all schools for the annual period 1st August 2018 - 31st July 2010 (before covid disruption) were £839,906 and therefore the value of this contract over the maximum potential of a 5 year term, is £4,199,530

• Please be advised that this contract will be let on a 3+2 basis.
• Please be advised that the catering service is currently contracted to Chartwells where the current contract will cease on 31st December 2020
• Please be advised that the School has a minimum requirement for a contractor’s employer 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 £5m
• Please note that there are currently members of staff in the Local Government Pension Scheme (LGPS)
• Please note that this is a growing Trust. Should any other schools join this Trust during the course of this contract, these schools may, at the discretion of the client, be added to this contract.

More details can be found in the SQ Document, available to download via LTMS.
      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: 21/08/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/09/2020       
      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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Sharnbrook:-School-catering-services./Y3ER8G2Z9X

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Y3ER8G2Z9X
   VI.4) Procedures for review
   VI.4.1) Review body:
             Sharnbrook Academy Federation
       Sharnbrook, MK44 1JL, 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: 17/07/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Sharnbrook: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Sharnbrook Academy Federation
       Sharnbrook Academy, Odell Road, Sharnbrook, MK44 1JL, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.saf.org.uk/
       NUTS Code: UKH2

   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: Sharnbrook Academy Federation ~ Tender for Catering Services            
      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: SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of
everything we do’. SAF consists of 5 schools – all of which are included within this OJEU tender. The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,199,530
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKH2 - Bedfordshire and Hertfordshire
   
      Main site or place of performance:
      Bedfordshire and Hertfordshire
             

      II.2.4) Description of the procurement: The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil that takes a meal (on uptake) with a margin attached, and hospitality will be charged based on consumption and at net food cost.

Whilst the School prioritises value for money as a key objective of the selection process, SAF is not obliged to accept the lowest price.
SAF expects 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. SAF expects the service delivery to be Covid 19 safe and meet all school meal regulations.

SAF believes 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. SAF 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. They seek a catering ‘partner’ to assist them in achieving these goals.

SAF would also like to consider proposals for capital investment in the schools, with further detail to be released in the catering specification.
Sales across all schools for the annual period 1st August 2018 - 31st July 2010 (before covid disruption) were £839,906 and therefore the value of this contract over the maximum potential of a 5 year term, is £4,199,530

• Please be advised that this contract will be let on a 3+2 basis.
• Please be advised that the catering service is currently contracted to Chartwells where the current contract will cease on 31st December 2020
• Please be advised that the School has a minimum requirement for a contractor’s employer 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 £5m
• Please note that there are currently members of staff in the Local Government Pension Scheme (LGPS)
• Please note that this is a growing Trust. Should any other schools join this Trust during the course of this contract, these schools may, at the discretion of the client, be added to this contract.

More details can be found in the SQ Document, available to download via LTMS.

      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: 2020/S 140-345657
      
   

   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: 13/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 6

      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 Limited, 06561073
             Suite 5 Offerton Barns Business Centre, Offerton lane, Hindlip, WR3 8SX, United Kingdom
             NUTS Code: UKG12
            The contractor is an SME: Yes

      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: 5,404,230
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=556973035

   VI.4) Procedures for review

      VI.4.1) Review body
          Sharnbrook Academy Federation
          Sharnbrook, MK44 1JL, 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: 29/12/2020