Section one: Contracting authority
one.1) Name and addresses
The UCL Academy
Adelaide Road
London
NW3 3AQ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/7X94738JX4
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
The UCL Academy ~ 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 at The UCL Academy, Adelaide Road, London, NW3 3AQ
two.1.5) Estimated total value
Value excluding VAT: £1,666,666
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 UCL Academy is an extremely successful and oversubscribed secondary school with circa 1172 pupils between the age of 11-18 and is sponsored by London’s global university and research institution, University College London.
The Academy is organised around five Houses (Orion, Cygnus, Equuleus, Vela and Lyra) with every student and member of Academy staff belonging to a House. Each House has its own dedicated canteen servery area which are supplied will meals and products from an onsite central production kitchen.
A student belongs to the same 'household' for the duration of their time at the Academy, enabling them to build a strong House identity and to be provided with academic and pastoral support from those that know them best; their tutors, Learning Sets and Heads of House.
Full details in relation to the Academy’s activities may be obtained by visiting: http://www.uclacademy.co.uk
Basis of Contract
The Client wishes to participate in a tender process with the intention of appointing a Supplier to deliver a consistent and quality catering and hospitality services the offers best value to students and The Academy. The contract will be awarded for an initial period of 3 years with the option to extend for a further period of 1 plus 1 years. Suppliers should note that the contract currently operates commercial with an estimated turnover value of circa £1,000,000 over three years.
Objectives
The Academy’s catering service is intended to provide consistent quality and value to its pupils and is considered to be an integral aspect of the overall Academy experience.
The appointed Supplier will have significant experience of delivering quality catering services within secondary school premises and should have suitable experience and expertise of successfully increasing pupil meal uptake and lunchtime sales growth. The Supplier should ideally have a strong operational base in London and have strong contract management and governance that supports a congenial partnership with the school’s Leadership Team.
Ultimately it is important that the Supplier can demonstrate an ability to manage an efficient catering service through the application of best practice and innovation and so will be expected to deliver sustainable quality and ‘best value’ to the school.
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: £1,666,666
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 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
11 November 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 December 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-London:-School-catering-services./7X94738JX4
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/7X94738JX4
GO Reference: GO-2022106-PRO-21089512
six.4) Procedures for review
six.4.1) Review body
The UCL Academy
London
Country
United Kingdom