Section one: Contracting authority
one.1) Name and addresses
Woodard Academies Trust
1 Adam Street
London
WC2N 6LE
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region 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
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
Woodard Academies Trust (Polam Hall and Kings Priory Schools) ~ Food & Beverage Purchasing Services
two.1.2) Main CPV code
- 15000000 - Food, beverages, tobacco and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Woodard Academies Trust consist of six academies with varied UK geography. Woodard Academic trust is also part of the wider Two of its schools, Polam Hall School and Kings Priory School, both large academies in the north east of England require a tender of purchasing food, beverage and consumables to support their self-operated catering operations.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Woodard Academies Trust consist of six academies with varied UK geography. Woodard Academic trust is also part of the wider Two of its schools, Polam Hall School and Kings Priory School, both large academies in the north east of England require a tender of purchasing food, beverage and consumables to support their self-operated catering operations.
The schools are both large through schools with pupils from 4+ through to sixth form.
Please note that some of the other academies within the trust also self-operate catering but are not in scope for this exercise, although there is potential for organic growth within these schools in the future.
The aim of the Trust is run an ITT to market test the quality, price, sustainability and value which will include food, beverage, disposables, cleaning equipment and another other related categories. The current expected in year purchasing value is around £400k and the forward contract term will start with a term of three years.
The school is looking for a service provider capable of providing a dedicated, professional and consistent purchasing service from supplier selection and due diligence, through to point of order, delivery and invoice reconciliation with robust and responsive management support and efficient recipe management support. Due to the current market conditions a focused methodology that underpins management of price increases will be a fundamental part of the bid.
The incumbent service provider has managed the contract for 8 + years.
The key expectations of the process are that the successful bidder will provide either from its own capability or with relevant partners:
•A robust supply chain with a mix of local and regional/ national suppliers
•An efficient P2P system which assures compliance at each stage of the purchasing process
•A recipe management system that can help design, evaluate and help the schools comply with labelling, allergen management and any retail requirements
•A platform for evaluation, management reporting and insight into pricing, supplier performance and compliance that adds value, clarity and gives quality assurance
Due to the nature of each school’s location and design, there are some restrictions in terms of access which have been successfully built into operational routine by the current supply chain – see ITT specification for more detail in this area.
There is no expectation that there will be any TUPE applicable if a change of service provider results.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2023
End date
31 August 2026
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
To respond to this opportunity please click here: https://litmustms.co.uk/respond/BT3DG76S4F
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
9 June 2023
Local time
12:00pm
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. 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:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F" target="_blank">https://litmustms.co.uk/tenders/UK-UK-London:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/BT3DG76S4F" target="_blank">https://litmustms.co.uk/respond/BT3DG76S4F
GO Reference: GO-202353-PRO-22762896
six.4) Procedures for review
six.4.1) Review body
Woodard Academies Trust
1 Adam Street,
London
WC2N 6LE
Country
United Kingdom