Section one: Contracting authority
one.1) Name and addresses
St Mary’s Catholic High School
Royal Avenue, Leyland
Lancashire
PR25 1BS
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/23856G472S
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 Mary’s 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 successful Supplier will be required to provide Catering services for: St Mary’s Catholic High School
two.1.5) Estimated total value
Value excluding VAT: £655,000
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 Mary’s Catholic High School
Royal Avenue
Leyland
PR25 1BS
Contract value = £131k turnover per annum
St Mary’s Catholic High School is a school of approx. 814 pupils in years 7-11.
The contract will be for a period of 3 years with the option to extend for a further 2 years. The annual catering budget will be expected to be guaranteed with free school meals, free issues and hospitality invoiced to the client on a monthly basis. Free school meals to be invoiced according to actual take up at tariff value and free issues and hospitality charged at food cost with no mark up.
The catering is currently managed by the Local Authority. Admitted Body status will apply with regards to Local Government pensions.
The school has a main dining area and a kiosk and is looking for a catering partner who will work with them to develop and enhance the service in line with student expectations, healthy eating principles and a strong environmental ethos. Innovation and continuous improvement will form a key component of ensuring that value for money is delivered to the students and the school. The school would like to see increased take up of the break and lunch services by current none users and are looking for service development and communication that will attract new customers. The school will welcome proposals for improvement to the facilities which may involve capital investment on the part of the catering provider.
Headteacher welcome - ‘Here you will find a calm and purposeful working environment, with a rich extra-curricular provision, allowing pupils the opportunity to excel. They are wonderfully supported by staff who are hard-working, caring and committed.
The inspiration for all we do comes from our Catholic faith and is based on the Gospel values of love, honesty, respect and forgiveness. In so doing, we believe our Mission, which is to ‘let your light shine’, comes alive.’
See SQ Document for more 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: £655,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2029
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
7 June 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 July 2024
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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-Lancashire:-School-catering-services./23856G472S
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/23856G472S
GO Reference: GO-202451-PRO-25920248
six.4) Procedures for review
six.4.1) Review body
St Mary’s Catholic High School
Royal Avenue, Leyland
Lancashire
PR25 1BS
Country
United Kingdom