Opportunity

Harris Federation ~ Catering Services Tender

  • Harris Federation

F02: Contract notice

Notice reference: 2022/S 000-031242

Published 4 November 2022, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Harris Federation

C/O 4th Floor Norfolk House, Wellesley Road

Croydon

CR0 1LH

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.harrisfederation.org.uk/

one.3) Communication

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

https://litmustms.co.uk/

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

Harris Federation ~ 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 Harris Federation.

Please note this contract is split into 5 LOTS. Bidders are required to submit a separate SQ response for each LOT they are interested in.

Please use the below links to access the SQ for each of the 5 LOTS:

Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ

Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3

Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS

Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5

Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7

Please see SQ Document for further details on schools involved.

two.1.5) Estimated total value

Value excluding VAT: £65,259,278

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Central Quadrant

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

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 Harris Federation is an education charity led and run by teachers. They opened their first school in 1991 and now run 52 primary and secondary academies in London and Essex, and train thousands of teachers per year from the Harris Federation and beyond.

The Harris Federation is responsible for the education of one in 40 of school children in London. With the majority of its academies located in areas of high socioeconomic disadvantage, a high-quality education is key to the futures of the pupils they serve.

Catering services at the schools are currently provided by a single contractor. The Federation has decided to divide the new contract/s into Lots in order to attract a broader range of suppliers and service propositions. As such, bids for each individual Lot will be evaluated on their own merits, but the Federation reserves the right to award the Lot contracts to one or any greater number of contractors. It is intended to award the contract on the basis of 3 + 2 + 2 years.

The Lots are broadly divided as per the existing Quadrant structure, with each Quadrant being overseen by an Assistant Director.

The Harris Federation have expressed the following objectives and priorities for the catering services and contract/s:

1.To invite dynamic proposals from a range of talented organisations with sufficient scale and resource to drive forward standards across the schools.

2.To put the delivery of food quality, service and environmental sustainability at the heart of the contract performance management system, whilst ensuring the successful contractor/s meets its commercial and compliance obligations. This includes supporting the Federation in achieving carbon neutral status and minimising food waste.

3.To invest in the catering staff employed through the contract, ensuring that willing and capable staff are attracted, retained and developed across the catering operations.

4.To establish a flexible contract framework which allows for the addition of new academies in future in a fully transparent and mutually beneficial manner. There needs to be local flexibility to adapt the service offers without compromising the consistency of standards across the Federation’s schools.

5.To create a contracting model/s that supports collaborative partnerships and incentivises positive contractor performance and behaviours rather than penalises failure.

6.To encourage contractor innovation and provision of Social Value both within the schools and to communities within which the Federation operates.

Furthermore, a recent survey conducted across both primary and secondary schools identified that key issues requiring improvement for the services were:

•Overall value for money

•Queuing times

•Availability and consistency of food

These objectives and priorities should be borne in mind by bidders both at the SQ and full ITT stages.

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: £14,558,404

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

Start date

1 September 2023

End date

31 August 2030

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

two.2.14) Additional information

Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ

two.2) Description

two.2.1) Title

Lot 2 – Thames Quadrant

Lot No

2

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

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: £12,073,138

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

Start date

1 September 2023

End date

31 August 2030

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

two.2.14) Additional information

Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3

two.2) Description

two.2.1) Title

Lot 3 – East Quadrant

Lot No

3

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

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: £11,283,797

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

Start date

1 September 2023

End date

31 August 2030

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

two.2.14) Additional information

Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS

two.2) Description

two.2.1) Title

Lot 4 – South Quadrant

Lot No

4

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

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: £13,015,205

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

Start date

1 September 2023

End date

31 August 2030

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

two.2.14) Additional information

Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5

two.2) Description

two.2.1) Title

Lot 5 – Primaries Quadrant

Lot No

5

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

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: £14,328,734

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

Start date

1 September 2023

End date

31 August 2030

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

two.2.14) Additional information

Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7


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 December 2022

Local time

12:00pm

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

16 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.

To view this notice, please click here:

https://litmustms.co.uk/delta/viewNotice.html?noticeId=731773694

GO Reference: GO-2022114-PRO-21350726

six.4) Procedures for review

six.4.1) Review body

Harris Federation

Croydon

Country

United Kingdom