Section one: Contracting authority
one.1) Name and addresses
Harris Federation
C/O 4th Floor Norfolk House, Wellesley Road
Croydon
CR0 1LH
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
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