Tender

St Mary’s Catholic High School ~ Catering Tender

  • St Mary’s Catholic High School

F02: Contract notice

Notice identifier: 2024/S 000-014031

Procurement identifier (OCID): ocds-h6vhtk-045677

Published 1 May 2024, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

St Mary’s Catholic High School

Royal Avenue, Leyland

Lancashire

PR25 1BS

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKD4 - Lancashire

Internet address(es)

Main address

https://lsmchs.com/

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