Section one: Contracting authority
one.1) Name and addresses
Sacred Heart High School
212 Hammersmith Road, Hammersmith
London
W6 7DG
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.sacredhearthigh.org.uk/
one.1) Name and addresses
Fulham Cross Girls’ School & Language College
Munster Road, Fulham
London
SW6 6BP
Contact
Tenders
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://sites.google.com/fulhamcross.net/fulham-cross-girls-school/home
one.1) Name and addresses
Fulham Cross Academy
Kingwood Rd, Fulham
London
SW6 6SN
Contact
Tenders
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://sites.google.com/fulhamcross.net/fulham-cross-academy/home
one.1) Name and addresses
Lady Margaret School
Parsons Green, Fulham
London
SW6 4UN
Contact
Tenders
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://ladymargaret.lbhf.sch.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/67KQJ77TG5
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
Secondary Schools Consortium ~ 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 Secondary Schools Consortium is the alias given to the 4 participating academies within the London borough of Hammersmith
and Fulham that have joined together for sole purpose of conducting a procurement exercise for the provision of school catering,
as such each school remains independent of one another.
two.1.5) Estimated total value
Value excluding VAT: £1,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The Secondary Schools Consortium is the alias given to the 4 participating academies within the London borough of Hammersmith
and Fulham that have joined together for sole purpose of conducting a procurement exercise for the provision of school catering,
as such each school remains independent of one another.
The group comprises 3 x all girl academies and 1 x coeducation academy which are all located in close proximity of each other.
Whilst it is the intention to appoint a single supplier to provide the catering services there might be slight variations in the final
requirements between the schools for example Halal meat may not be as important to one school than another
Participating Schools
Sacred Heart High School
212 Hammersmith Road
Hammersmith
London
W6 7DG
Fulham Cross Academy
Kingwood Rd
Fulham
London
SW6 6SN
Lady Margaret School
Parsons Green
Fulham
London
SW6 4UN
Fulham Cross Girls’ School &
Language College
Munster Road
Fulham
London
SW6 6BP
Back Ground
Sacred Heart High School Catholic Comprehensive Academy for girls with circa 1130 pupils aged 11 -19 with approximately 11%
eligible on free school meals
Lady Margaret School Church of England Academy for girls with circa 780 pupils aged 11-18 with approximately 11% eligible on
free school meals
Fulham Cross Girls’ School & Language College Community Academy for Girls with circa 610 pupils aged between 11-18 with
approximately 36% eligible on free school meals
Fulham Cross Academy Community Coeducational Academy with circa 475 pupils aged between 11-19 with approximately 35%
eligible on free school meals.
Secondary Schools Consortium
Tender for Catering Services ~ Selection Questionnaire Commercial, in confidence. Page 8 of 13
The school is embarking on a new build, which is expected to start around October 2023 and anticipated to last about 1 year.
Ultimately, whilst there will be a new kitchen it is expected that the existing kitchen facilities will be utilised throughout the build
programme.
Basis of Contract
The schools are adopters of the London Living Wage and through this tender process wish to appoint a quality catering company to
deliver full catering services. The contract will commence from 1st June 2024 and will be for an initial period of 3 years plus an option
to extend for a further period of 1 plus 1 years.
The revenue is estimated for all schools is circa £750,000 (over 3 years).
Objectives
The appointed Supplier will have proven experience of delivering quality catering services within secondary schools and should
have suitable expertise of successfully increasing pupil meal uptake. With an established record in successfully managing the TUPE
process, the Supplier may also be required to apply for ‘Pass Through’ admission agreement (ABS) in order to manage the Local
Government Pension Scheme (LGPS) associated with approximately 7 members of the current catering team. Furthermore, the
Supplier should ideally have a strong operational base in the local area together with a compelling attitude towards making the
lunchtime service appealing, healthy, nutritious and interesting for pupils
Ultimately, it is important that the Supplier can demonstrate an ability to manage an efficient catering service through the
application of effective staff training, management and quality controls that delivers continual ‘best value’ to all schools.
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: £1,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2024
End date
31 May 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: 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
23 June 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 September 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-London:-School-catering-services./67KQJ77TG5" target="_blank">https://litmustms.co.uk/tenders/UK-UK-London:-School-catering-services./67KQJ77TG5
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/67KQJ77TG5" target="_blank">https://litmustms.co.uk/respond/67KQJ77TG5
GO Reference: GO-2023425-PRO-22621950
six.4) Procedures for review
six.4.1) Review body
Secondary Schools Consortium
London
Country
United Kingdom