Section one: Contracting authority
one.1) Name and addresses
Woodrush High School
Shawhurst Lane, Wythall, Worcester
Worcestershire
B47 5JW
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKG12 - Worcestershire
Internet address(es)
Main address
https://www.woodrushhigh.worcs.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/4X745QSS67
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
Woodrush 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 successful Supplier will be required to provide Catering services for Woodrush High School.
two.1.5) Estimated total value
Value excluding VAT: £1,307,055
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG12 - Worcestershire
Main site or place of performance
Worcestershire
two.2.4) Description of the procurement
The successful Supplier will be required to provide Catering services for Woodrush High School.
Woodrush High School, an extremely popular and over-subscribed Academy for 11 to 18-year olds.
Our school is composed of the main school site and the modern Community Hub building: containing the community and library, Rush Gym, Cafe, Youth Centre and our Training Consortium. Each of these elements of Woodrush reflects our commitment to being at the heart of the community, serving children and residents and growing specialist in learning, teaching and youth support.
In our most recent inspection we were judged by Ofsted with ‘Outstanding’ leadership & management and ‘Outstanding’ student personal development, behaviour and welfare. Our pastoral care is a clear strength and ensures that students and staff feel safe, valued and are happy to be part of our school. Indeed, visitors comment on the 'warmth' and sense of 'family' which is tangible around the school.
The contract covers the scope for the provision of all catering services within the School, including hospitality and free issue requirements.
The duration of the contract offered is three years commencing on 1 January 2023, concluding on 31 December 2026, with the opportunity to extend by up to an additional two years at the discretion of the governing body.
The contract is offered on a ‘guaranteed performance’ basis. Currently Cash Meal Deals are at a maximum of £2.34, with Free School Meals at Margin, charged on what pupils actually select, up to a maximum daily cost of £2.34. Hospitality is recharged on consumption at “net” food cost only.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide detailed information of any equipment felt necessary. Bidders must provide the equipment make, model and cost and also a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at the School’s discretion, subject to the method of obtaining the investment for the required equipment.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School. It is expected that menus will feature and utilise products in season.
The successful Supplier will work closely with the Client to manage the provision of catering and the overall ‘meal experience. The value of the catering contract from 01.01.2019 to 31.12.19 was £261,411 (being the last complete pre-Covid year, ending December 2019)
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: £1,307,055
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2027
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
24 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 July 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-Worcestershire:-School-catering-services./4X745QSS67
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/4X745QSS67
GO Reference: GO-2022520-PRO-20175256
six.4) Procedures for review
six.4.1) Review body
Woodrush High School
Worcestershire
B47 5JW
Country
United Kingdom