- 1. Westminster Schools’ Consortium
- 2. Edward Wilson Primary School
- 3. Essendine Primary School
- 4. Gateway Academy
- 5. Hallfield Primary School
- 6. St Mary Magdalene and St Stephen's Primary School
- 7. Our Lady of Dolours RC Primary School
- 8. Queen's Park School
- 9. St Barnabas' CE Primary School
- 10. St Gabriel's School
- 11. St Luke's C of E Primary School
- 12. St Matthews Primary School
- 13. St Peter’s School
- 14. St Vincent de Paul School
- 15. St Clement Danes CE Primary School
Section one: Contracting authority
one.1) Name and addresses
Westminster Schools’ Consortium
Hallfield Primary School, Porchester Gardens
Westminster
W2 6JJ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.hallfieldschool.org.uk/
one.1) Name and addresses
Edward Wilson Primary School
Senior Street
Westminster
W2 5TL
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
one.1) Name and addresses
Essendine Primary School
Essentine Road
Westminster
W9 2LR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
one.1) Name and addresses
Gateway Academy
4 Capland Street
Westminster
NW8 8LN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gateway-academy.co.uk/
one.1) Name and addresses
Hallfield Primary School
Porchester Gardens
Westminster
W2 6JJ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.hallfieldschool.org.uk/
one.1) Name and addresses
St Mary Magdalene and St Stephen's Primary School
Rowington Close
Westminster
W2 5TF
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.mmsts.westminster.sch.uk/
one.1) Name and addresses
Our Lady of Dolours RC Primary School
19 Cirencester Street
Westminster
W2 5SR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.ourladydolours.co.uk/
one.1) Name and addresses
Queen's Park School
Droop Street
Westminster
W10 4DQ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.queensparkprimaryschool.co.uk/
one.1) Name and addresses
St Barnabas' CE Primary School
St Barnabas Street
Westminster
SW11 8PF
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.stbarnabasprimary.org.uk/
one.1) Name and addresses
St Gabriel's School
Churchill Gardens
Westminster
SW1V 3AG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.stgabrielsprimary.co.uk/
one.1) Name and addresses
St Luke's C of E Primary School
Fernhead Road, Queens Park
Westminster
W9 3EJ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.stlukesprimary.org.uk/
one.1) Name and addresses
St Matthews Primary School
18 Old Pye Street
Wetminster
SW1P 2DG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.stmwschool.org.uk/
one.1) Name and addresses
St Peter’s School
Chippenham Mews
Westminster
W9 2AN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
one.1) Name and addresses
St Vincent de Paul School
Morpeth Terrace
Westminster
SW1P 1EP
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.svpcatholicprimary.org/
one.1) Name and addresses
St Clement Danes CE Primary School
Drury Lane
Westminster
WC2B 5SU
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.st-clementdanes.westminster.sch.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/PXDBY6P9R8
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
Westminster Schools’ Consortium ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Westminster Schools’ Consortium (The Consortium) currently comprises 16 Primary schools located in the London borough of Westminster and was formed in 2019 following the council’s decision to delegate the previous centrally managed school meal service to schools. Since 2019, the school meal service has been outsourced and The Consortium now wishes to participate in a tender process in accordance with the Public Contracts Regulations 2015 for a further contract to supply its centrally managed outsourced school meals service.
two.1.5) Estimated total value
Value excluding VAT: £12,880,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Westminster
two.2.4) Description of the procurement
The Requirement
Westminster Schools’ Consortium (The Consortium) currently comprises 16 Primary schools located in the London borough of Westminster and was formed in 2019 following the council’s decision to delegate the previous centrally managed school meal service to schools. Since 2019, the school meal service has been outsourced and The Consortium now wishes to participate in a tender process in accordance with the Public Contracts Regulations 2015 for a further contract to supply its centrally managed outsourced school meals service.
Basis of Contract
•The contract will commence from the 1st September 2025 and will be for an initial period of 5 years.
•The contract may be extended by 2 further years making a total maximum fixed term of 7 years.
•London Living Wage is adopted at all participating schools
•The contract will be awarded to a single supplier.
•The estimated turnover is circa £9.2 million over the initial 5-year period.
Objectives
The appointed Supplier will have significant experience of delivering quality catering services within Primary schools and should have proven expertise of successfully increasing pupil meal uptake across group contracts together with a compelling attitude towards making the lunchtime service appealing, healthy and educational for children.
Coupled with the familiarity and practice of successfully managing a large workforce, the Supplier should ideally have a strong operational base in London and able to leverage sufficient resources to ensure the required level of service is constantly maintained. Within the Consortium there are 2 schools without kitchens (Dining Centres) that have their meals delivered. It will be imperative that bidders are able to provide a solution for these Dining Centres either direct or via the use of a nominated Production Kitchen/s within the Consortium.
Ultimately, it is important that the Supplier can demonstrate a proven ability to manage a well-organised and efficient catering service that continual strives to offer ‘best value’ to each participating school.
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: £12,880,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2032
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
16 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 November 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-Westminster:-School-catering-services./PXDBY6P9R8
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/PXDBY6P9R8
GO Reference: GO-202478-PRO-26827253
six.4) Procedures for review
six.4.1) Review body
Westminster Schools’ Consortium
Hallfield Primary School, Porchester Gardens
Westminster
W2 6JJ
Country
United Kingdom