Opportunity

The UCL Academy ~ Catering Services Tender

  • The UCL Academy

F02: Contract notice

Notice reference: 2022/S 000-028171

Published 6 October 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

The UCL Academy

Adelaide Road

London

NW3 3AQ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://uclacademy.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/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