Tender

Skanska ~ Catering Tender

  • Skanska ~ Catering Tender

F02: Contract notice

Notice identifier: 2023/S 000-008343

Procurement identifier (OCID): ocds-h6vhtk-03b51c

Published 22 March 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Skanska ~ Catering Tender

Facilities Services, Maple Cross House, Denham Way

Hertfordshire

WD3 9SW

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://www.skanska.co.uk/

one.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 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

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

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

Hertfordshire

two.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.

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: £6,500,000

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

Start date

1 January 2024

End date

31 December 2029

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: No

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

two.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/25UU5HTHX2


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

28 April 2023

Local time

12:00pm

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

12 June 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-Hertfordshire:-School-catering-services./25UU5HTHX2" target="_blank">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" target="_blank">https://litmustms.co.uk/respond/25UU5HTHX2

GO Reference: GO-2023322-PRO-22371912

six.4) Procedures for review

six.4.1) Review body

Skanska Rashleigh Weatherfoil Litmited

Facilities Services, Maple Cross House, Denham Way, Maple Cross

Rickmansworth

WD3 9SW

Country

United Kingdom