Tender

Hove Park School ~ Catering Services Tender

  • Hove Park School

F02: Contract notice

Notice identifier: 2021/S 000-016657

Procurement identifier (OCID): ocds-h6vhtk-02c883

Published 15 July 2021, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Hove Park School

Nevill Road, Hove

East Sussex

BN3 7BN

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://www.hovepark.org.uk/

one.3) Communication

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

https://litmustms.co.uk/respond/W669X325GB

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

Hove Park School ~ Catering Services 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 Hove Park School.

two.1.5) Estimated total value

Value excluding VAT: £1,135,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC
Main site or place of performance

East Sussex CC

two.2.4) Description of the procurement

Hove Park School is a split site secondary school and sixth form college located within Brighton & Hove. The Valley campus houses years 7, 8 and the sixth form whilst the Nevill campus houses years 9, 10 and 11. A new build kitchen and canteen was opened on the Nevill campus in February 2020 and the dining hall on the Valley campus is in the process of being extended and is anticipated to be ready in September 2021.

The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 pupils on roll and 198 teaching and support staff, with a focus on exciting and healthy food concepts to satisfy a wide range of pupil tastes and dietary requirements. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.

The contract being tendered is for three + two years in duration from January 2022 and will operate as a Guaranteed Performance Contract, with the successful contractor offering the school a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Hove Park School for the duration of this contract.

The school year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that the school will be open to receive pupils for the legal minimum of 190 days.

The contract offered covers the scope for the provision of all catering services within the school, which will include morning break, lunch and hospitality requirements. The school is planning to operate staggered breaks and lunches. The school will operate two thirty minute breaks and two thirty minute lunches on each site. Free school meals and hospitality will be charged on consumption and at net food cost.

Whilst the school prioritises value for money as a key objective of the competitive tender process, the governing body is not obliged to accept the lowest price.

The value of the current contract is:

Annual Cash Sales = £163K - Annual Free School Meal Sales = £64K

Hove Park School 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. The school expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.

The school 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. Much time, therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the school are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor.

As a school who 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, any consideration regarding inward capital investment as part of the Contractor’s tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing dining area.

Please 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: £1,135,000

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

Start date

1 January 2022

End date

31 December 2026

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

20 August 2021

Local time

12:00pm

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

13 September 2021

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-East-Sussex:-School-catering-services./W669X325GB

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/W669X325GB

GO Reference: GO-2021715-PRO-18569927

six.4) Procedures for review

six.4.1) Review body

Hove Park School

East Sussex

Country

United Kingdom