Section one: Contracting authority
one.1) Name and addresses
Icknield High School
Riddy Lane, Luton
Bedfordshire
LU3 2AH
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKH2 - Bedfordshire and Hertfordshire
Internet address(es)
Main address
https://www.icknield.beds.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/H47D99GDKM
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
Icknield High 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 provide catering services at Icknield High School.
two.1.5) Estimated total value
Value excluding VAT: £1,120,000
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
Catering at Icknield High School (the School) is currently being operated in-house, and is generally regarded by stakeholders as being competent but frustratingly far away from the offers presented by other local schools. The catering service does seem to be lacking in confidence and style, which should be standard additional components for a large secondary school in 2022, post Covid.
The kitchen facility and available front of house areas, are functional and traditional, and are in need of some investment and refresh to underpin better quality in food and merchandising but there is potential to develop the service in a number of ways:
•A menu offer that is more attractive to more pupils - offering more variety and more on trend content to satisfy government guidelines for secondary feeding
•Increased skills and confidence in the catering team
•Increased compliance and control of supply chain
•Improved food hygiene and food safety practices
•Better communication and with pupils and parents to develop trust by improving all aspects of the customer journey, from card loading, menu presentation, marketing and merchandising to point of sale
All the above factors are components in providing a future catering offer that the school can be proud of, along with a confident and skill-enhanced catering team and improved commercial outputs for the school.
The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of service within the existing facilities. Commencing in January 2023, the Supplier will deliver catering services to around 1450 pupils and 125 staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful Supplier to review the current range of services offered, as well as to looking at the delivery of the current catering service and make recommendations accordingly.
The contract being tendered is for three years and two terms in duration - from 1st January 2023 to 31st August 2026 with the option to extend for a further two years, the extension would only be for 1 year at a time and will operate as a cost plus with guarantees contract, with the successful Supplier offering the Trust guaranteed lines or the caterer offering a guaranteed annual return for the provision of catering services. The school will maintain sovereignty of tariff throughout the contract and will work in partnership with the contractor to address any operational issues.
See SQ Document for further information.
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: £1,120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 August 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
5 August 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 August 2022
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./H47D99GDKM
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/H47D99GDKM
GO Reference: GO-202271-PRO-20534922
six.4) Procedures for review
six.4.1) Review body
Icknield High School
Bedfordshire
Country
United Kingdom