Section one: Contracting authority
one.1) Name and addresses
Cannon Park Primary School
Bransford Avenue,
Coventry,
CV4 7PS
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
http://www.cannonpark.coventry.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/29A9646N5V
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
Coventry Cluster ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Suppliers are required to submit for ALL LOTS, a Separate SQ response for every school in the cluster is required.
Please see the below for the access links to SQs for each lot:
Lot 1~ https://litmustms.co.uk/respond/F6GWWZ72H5
Lot 2~ https://litmustms.co.uk/respond/J6855V2U77
Lot 3~ https://litmustms.co.uk/respond/W8FET8E632
Lot 4~ https://litmustms.co.uk/respond/NKT88A97JU
Lot 5~ https://litmustms.co.uk/respond/BXV8T9787P
Lot 6~ https://litmustms.co.uk/respond/D288S73P3H
Lot 7~ https://litmustms.co.uk/respond/564DB4KZ39
two.1.5) Estimated total value
Value excluding VAT: £4,910,350.5
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cannon Park Primary School
Lot No
1
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
The successful Supplier will be required to provide catering services for the Coventry Cluster. This is a Lotted, collaborative tender project for the following Schools within Coventry:
Lot 1 Cannon Park Primary School
Bransford Avenue, Coventry, West Midlands, CV4 7PS
http://www.cannonpark.coventry.sch.uk/
Lot 2 Grangehurst Primary School
Anderton Road, Coventry, West Midlands, CV6 6JN
https://www.grangehurst.coventry.sch.uk/
Lot 3 John Shelton Community Primary School
Briscoe Road, Holbrooks, Coventry, CV6 4JP
https://www.johnshelton.org.uk/
Lot 4 Longford Park Primary School
Windmill Road, Longford, Coventry, CV6 7AT
http://www.longfordpark.coventry.sch.uk/
Lot 5 Stivichall Primary School
Coat of Arms Bridge Road, Stivichall, Coventry, CV3 6PY
https://www.stivichallprimary.org/
Lot 6 Whitmore Park Primary School
Halford Lane, Coventry, CV6 2HG
Lot 7Willenhall Community Primary School
St James Lane, Coventry, CV3 3DB
https://www.willenhallprimary.org/
The contract covers the scope for the provision of all catering services within the Schools, which also includes all hospitality and free issue requirements.
The duration of the contract being offered is for an initial three-year period commencing on 01 April 2024, with the potential to extend for a further two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.
The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.
The Cluster are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools of varying needs with the West Midlands. The successful contractor will already have or need to develop a strong operational base within the vicinity, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contractual term.
The services across the Schools are currently outsourced, and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
The Cluster wishes to achieve as a result of this tender process:
1.The provision of a healthy, balanced menu that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Offering frequent themed menus and initiatives that support the curriculum and various school led activities, ensuring the food offer remains varied and enticing to its customers.
3.Frequent parental engagement through the use of newsletters, websites, social media platforms (where applicable) and, most importantly, through direct involvement at parents’ evenings and open evenings.
4.Financial certainty and an understanding of the ongoing trading performance through the proactive provision of monthly trading data to support invoice charges, promoting an open book policy.
It is expected that experienced and insightful contract management will promote good levels of communication and engagement across the Schools. A suitable marketing campaign to the students, staff and parents alike is imperative to promote the uptake of meals.
This enhanced service should be supported by a well-trained catering team at the school, with a focus by the successful contractor on both craft training and customer service.
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: £351,511.88
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/F6GWWZ72H5
two.2) Description
two.2.1) Title
Grangehurst Primary School
Lot No
2
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
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: £740,878.88
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.14) Additional information
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/J6855V2U77
two.2) Description
two.2.1) Title
John Shelton Community Primary School
Lot No
3
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
See SQ for requirements
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: £436,235.25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
No
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/W8FET8E632
two.2) Description
two.2.1) Title
Longford Park Primary School
Lot No
4
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
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: £416,406.38
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.14) Additional information
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/NKT88A97JU
two.2) Description
two.2.1) Title
Stivichall Primary School
Lot No
5
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
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: £951,786
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.14) Additional information
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/BXV8T9787P
two.2) Description
two.2.1) Title
Whitmore Park Primary School
Lot No
6
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
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: £1,189,732.5
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.14) Additional information
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/D288S73P3H
two.2) Description
two.2.1) Title
Willenhall Community Primary School
Lot No
7
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
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: £823,799.63
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.14) Additional information
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/564DB4KZ39
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
8 September 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 October 2023
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-Coventry%2C:-School-catering-services./F6GWWZ72H5" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Coventry%2C:-School-catering-services./F6GWWZ72H5
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/F6GWWZ72H5" target="_blank">https://litmustms.co.uk/respond/F6GWWZ72H5
GO Reference: GO-202388-PRO-23598625
six.4) Procedures for review
six.4.1) Review body
Cannon Park Primary School
Coventry
Country
United Kingdom