Section one: Contracting authority
one.1) Name and addresses
St Edmund Arrowsmith Catholic High School ~ Catering Tender
St Edmund Arrowsmith Catholic High School, Rookery Avenue, Ashton-in-Makerfield
Wigan
WN4 9PF
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKD4 - Lancashire
Internet address(es)
Main address
https://www.arrowsmith.wigan.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/D7939X4G82
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
St Edmund Arrowsmith Catholic High School ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract is for the delivery of catering services commencing 1st September 2023 for an initial period of three years with the option to extend for a further two years.
two.1.5) Estimated total value
Value excluding VAT: £1,475,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
Main site or place of performance
Lancashire
two.2.4) Description of the procurement
The successful Supplier will be required to provide catering services for:
St Edmund Arrowsmith Catholic High School
Rookery Avenue
Ashton in Makerfield
Wigan
Lancashire
WN4 9PF
Contract value approx. £885,000 (3 years)
The contract is for the delivery of catering services commencing 1st September 2023 for an initial period of three years with the option to extend for a further two years.
St Edmund Arrowsmith is a school of 1215 11-16 year old students
The school has four catering serving points, three located in the main dining room area serving a variety of products from cold food to meal of the day. There is a separate serving area for year 11and year 10 which serves most of the items available in the main dining room. The school is interested in an additional external serving area and would welcome contractor investment for this.
The following extract from the Head teachers welcome gives an indication of the ethos and values of the school:
Our aim has always been to inspire every pupil to want to make the world a better place. This aim sits above all others in defining an education for our pupils. Our Catholic faith is central to everything we do, and our pupils are asked to be living witnesses to that faith and develop the values that come with it. We reveal who we are in the hundreds of mundane everyday interactions in our school community: opening doors for each other, being polite and courteous along the corridors, taking care of each other and offering help when needed.
The school expects to work closely with their catering provider to ensure that the pupils eat well and behave well. Communication and proactive engagement are key.
There are two staff who have LG terms and conditions.
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: £1,475,000
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
3 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 March 2023
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-Wigan:-School-catering-services./D7939X4G82" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Wigan:-School-catering-services./D7939X4G82
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/D7939X4G82" target="_blank">https://litmustms.co.uk/respond/D7939X4G82
GO Reference: GO-2023126-PRO-21983872
six.4) Procedures for review
six.4.1) Review body
St Edmund Arrowsmith Catholic High School ~
Wigan
Country
United Kingdom