Tender

Luton Sixth Form College ~ Catering tender

  • Luton Sixth Form College

F02: Contract notice

Notice identifier: 2023/S 000-003724

Procurement identifier (OCID): ocds-h6vhtk-03a385

Published 7 February 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Luton Sixth Form College

Bradgers Hill Road, Luton

Bedfordshire

LU2 7EW

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKH2 - Bedfordshire and Hertfordshire

Internet address(es)

Main address

http://www.lutonsfc.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/3HK7S83ZT6

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Luton Sixth Form College ~ Catering tender

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide catering services for Luton Sixth Form College.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance

Bedfordshire and Hertfordshire

two.2.4) Description of the procurement

The successful Supplier will be required to provide catering services for Luton Sixth Form College.

Luton Sixth Form College is the oldest sixth form College in the country (est.1966), and has a reputation as one of the top performing Colleges in the UK. It is also one of the largest and has over three thousand (2022/23 3,070) 16-19 year olds, with around 70% being from BME groups. Typically there will be 1600 – 1800 of these students on site on any given day.

The current premises were built in 2010, giving a modern feel to both kitchen and front of house services, the scope of which includes coffee Bar, main restaurant servery and food shop/ outlet. The catering service also provides hospitality and events on an ad hoc basis.

Current F&B turnover is just under £500k per annum delivered by a team of 11 staff, including two full time managers – GM and Head chef.

•The College expects the successful Supplier to meet the needs of their students and staff. 16–19-year-old students are responsive to “fast grab and go” food, prepared to order and to branded foods.

•The College management team want the College to be an exciting and interesting place for our students, and believe an innovative food supplier will be able to deliver a provision which feels mature, current and above all have a different look and feel to school experience.

•The Supplier will enable the continued development of catering through the provision of an innovative, student lead food offering being prepared on-site.

•The College expects the successful Supplier to evidence, through their bid, how they shall support and complement its values and provide a stimulating and relevant offer to students, reflecting high street offers that are fresh tasty and healthy.

The College are continually seeking ways to improve and develop the ethos and environment for pupils and staff, to give them the facilities they deserve and need to meet the food service challenges of the 21st Century, any consideration regarding inward capital investment as part of the Supplier’s tender submission would be welcomed. The existing facilities are good with functioning and well-maintained core equipment, and College stakeholders suspect that a fourth food service outlet (perhaps in a container outside with a seasonal pop-up type variety of offers) would have ability to capture additional spend without compromising existing spending habits.

Funding wise – the provision of this potential additional facility is not necessarily down to the Supplier, but assuming that the facility is there, there will be the opportunity to identify a supplier’s operating method and quantify additional return in the bidder’s requirement documentation at ITT stage.

The College are interested in how service providers use of technology to help attract students to the offer and build loyalty.

The College would also welcome bidders to create an as environmentally friendly provision as possible.

The College would like the new contract to give as much cost certainty as possible, through potential guaranteeing maximum key cost lines, cost of labour, management fee and elements of sundry spend, or indeed via a guaranteed return.

The core objectives of the College for the catering service are as follows:

•To provide a food offer that engages, fuels and inspires students and staff with quality and consistency.

•To find a service partner that proactively develops the menu and the financial model that the service generates

•To develop the skills, competence and confidence of the loyal existing workforce to help raise quality and drive standards and consistency across the service offers

Full details in relation to Luton Sixth Form College can be found at Luton Sixth Form College - Home (lutonsfc.ac.uk)

Due to the geography and the demographic of the College, chicken products sold on College premises is subject to Halal - HMC accreditation.

See SQ document for further details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2028

This contract is subject to renewal

No

two.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.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 March 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 April 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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-Bedfordshire:-School-catering-services./3HK7S83ZT6" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Bedfordshire:-School-catering-services./3HK7S83ZT6

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/3HK7S83ZT6" target="_blank">https://litmustms.co.uk/respond/3HK7S83ZT6

GO Reference: GO-202327-PRO-22069721

six.4) Procedures for review

six.4.1) Review body

Luton Sixth Form College

Bedfordshire

Country

United Kingdom