Section one: Contracting authority
one.1) Name and addresses
Lancaster Royal Grammar School
Lancaster Royal Grammar School, East Road
Lancaster
LA1 3EF
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKD44 - Lancaster and Wyre
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/5Y736MX97Q
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
Lancaster Royal Grammar 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:
Lancaster Royal Grammar School
two.1.5) Estimated total value
Value excluding VAT: £2,650,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD44 - Lancaster and Wyre
Main site or place of performance
Lancaster and Wyre
two.2.4) Description of the procurement
The successful Supplier will be required to provide Catering services for:
Lancaster Royal Grammar School
East Road
Lancaster
LA1 3EF
Contract value = annual catering turnover £530,000
The contract will be for a period of 3 years commencing September 2025 with the option to extend for a further 2 years.
Lancaster Royal Grammar School is a school of approx. 1260 students including 400 students in sixth form. The School has a boarding provision of typically 100-120 students. The sixth form is mixed whilst the lower school is an all boys school.
Lancaster Royal Grammar School is a buoyant selective state grammar school with a big reputation. The values central to Lancaster Royal Grammar School are those of academic and extra-curricular excellence and opportunity, within a diverse and tolerant community. We are particularly proud of the warmth of the relationships between pupils and staff, and of the quality of our pastoral care.
Through a contractor the school provides a break and lunch service 5 days a week through the main dining area, grab and go café and two sixth form cafes. Breakfast, lunch and evening meal is provided 7 days a week for those students in the boarding houses. Snacks are also provided to the boarding houses.
The school has a very busy sporting and hospitality calendar with the food provided by the catering provider being a very important part of these events. These may be held in the evenings or at weekends.
The school is looking for a catering partner who upholds exceptional standards of food and service and will work collaboratively with the school and it’s student to continue to develop and enhance all aspects of the service in line with student and school expectations. Healthy eating principles, 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.
Admitted body status will be expected as there are some members of catering staff in the local government pension scheme.
The school will be undergoing a comprehensive building programme likely to commence 2027/2028. This is likely to involve demolition and rebuild, extensive refurbishment and the use of temporary accommodation. The school will need their catering partner to be flexible and supportive in adjusting the catering requirement and provision so as to ensure that the same scope and standard of service is maintained whilst these works are taking place.
The expectation for contractor investment will be minimal due to the above and will most likely be for furniture or movable equipment.
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
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 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 standards, 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
22 November 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 January 2025
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-Lancaster:-School-catering-services./5Y736MX97Q
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/5Y736MX97Q
GO Reference: GO-20241014-PRO-28077179
six.4) Procedures for review
six.4.1) Review body
Lancaster Royal Grammar School
Lancaster Royal Grammar School, East Road
Lancaster
LA1 3EF
Country
United Kingdom