Section one: Contracting authority
one.1) Name and addresses
Weydon Multi Academy Trust
Weydon Lane, Farnham
Surrey
GU9 8UG
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.1) Name and addresses
The Abbey School
The Abbey School, Menin Way, Farnham
Surrey
GU9 8DY
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.abbey.surrey.sch.uk/
one.1) Name and addresses
Farnham Heath End School
Hale Reeds, Farnham
Surrey
GU9 9BN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.1) Name and addresses
The Park School
The Park School, Onslow Crescent, Woking
Surrey
GU22 7AT
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://thepark.surrey.sch.uk/
one.1) Name and addresses
The Ridgeway School
14 Frensham Road, Farnham
Surrey
GU9 8HB
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.ridgeway.surrey.sch.uk/
one.1) Name and addresses
Rodborough School
Petworth Road, Milford, Godalming
Surrey
GU8 5BZ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.rodborough.surrey.sch.uk/
one.1) Name and addresses
Weydon School
Weydon Lane, Farnham
Surrey
GU9 8UG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.weydonschool.surrey.sch.uk/
one.1) Name and addresses
Woolmer Hill School
Woolmer Hill Road, Haslemere
Surrey
GU27 1QB
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
http://www.woolmerhill.surrey.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/95QZ43834X
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
Weydon Multi Academy Trust ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
WMAT is a multi-academy trust currently comprising 7 schools in the Farnham /Godalming/Woking area. The Trust was formed in 2017 and currently includes 4 secondary schools and 3 special needs schools. We are looking to appoint a Contractor whose initiative, partnership and innovation will be welcomed for the provision of service within existing facilities for students and staff.
two.1.5) Estimated total value
Value excluding VAT: £6,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Surrey, East and West Sussex
two.2.4) Description of the procurement
WMAT is a multi-academy trust currently comprising 7 schools in the Farnham /Godalming/Woking area. The Trust was formed in 2017 and currently includes 4 secondary schools and 3 special needs schools.
Catering Cash Sales per School are shown separately.
Total contract value over a 3 + 2-year contract term = £6.7m
We are looking to appoint a Contractor whose initiative, partnership and innovation will be welcomed for the provision of service within existing facilities for students and staff. Our next partner will focus on delivering a wide range of inspiring, high quality and healthy food concepts which will satisfy a wide range of pupil tastes and dietary requirements. The Trust would welcome the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years, plus two beginning on 1st September 2024 and ending on 31st August 27. The contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Trust a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.
Trading Days
The school year is based on a calendar of 195 days. Five days are used for staff professional development (INSET) with some catering requirements on 1 or 2 days for each school. The Trust currently operates a long weekend school closure in the last weekend of November, which all schools other than Ridgeway, partake in. This means that our Schools will be open to students for 188 days. The secondary schools also close early at the end of terms, with a morning break service only.
The contract offered covers the scope for the provision of all catering services within the schools in the Trust, which currently includes morning break, lunch, all hospitality and free meal / duty meal requirements in secondary schools. The Special Needs schools do not currently require a morning break service. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
The value of the current contract is included as a separate attachment.
WMAT requires the successful contractor to enable the continued development of catering through the provision of an innovative, quality, healthy food service, with fresh, seasonal, locally sourced ingredients (where financially viable) being prepared on-site. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement the principal values of the Trust.
The Trust places great importance on the catering partnership within schools. Providing students and staff with attractive, high quality healthy food choices is very important. Our catering offer has a significant impact on the culture of our schools and so this tender is very important to us. We would like to encourage:
•high quality food options
•increased take-up of Free School Meal entitlements
•increased numbers of students choosing a main meal option
•students eating on China / cutlery.
•greater sustainability practices across the catering provision including fewer single use plastics, recycling/reduction of food waste and wider sustainable practices.
•additional opportunities for our catering partner to support the Trust Vision of ‘Transforming Lives’ through educational work with students to understand the importance and relevance of healthy eating habits for life.
Please 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: £6,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 August 2027
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
9 February 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 March 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-Surrey:-School-catering-services./95QZ43834X" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Surrey:-School-catering-services./95QZ43834X
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/95QZ43834X" target="_blank">https://litmustms.co.uk/respond/95QZ43834X
GO Reference: GO-20231215-PRO-24786796
six.4) Procedures for review
six.4.1) Review body
Weydon Multi Academy Trust
Weydon School, Weydon Lane, Farnham
Surrey
GU9 8UG
Country
United Kingdom