- 1. Oxford Diocesan Buckingham Schools Trust
- 2. Chesham Bois CE School
- 3. Great Horwood CE Combined School
- 4. Padbury CE School
- 5. St John’s CE Combined School
- 6. Longwick CE Combined School
- 7. Christ the Sower Ecumenical School
- 8. Woodside Junior School
- 9. St Mary’s CE Combined School
- 10. Elmtree Infant & Nursery School
- 11. The Downley School
- 12. Chenies School
Section one: Contracting authority
one.1) Name and addresses
Oxford Diocesan Buckingham Schools Trust
C/O Longwick School Walnut Tree Lane
Longwick
HP27 9SJ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
one.1) Name and addresses
Chesham Bois CE School
128 Bois Lane
Buckinghamshire
HP6 6DE
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.cheshamboisschool.co.uk/
one.1) Name and addresses
Great Horwood CE Combined School
School End
Buckinghamshire
MK17 0RG
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.greathorwood.bucks.sch.uk/
one.1) Name and addresses
Padbury CE School
Winslow Road
Buckinghamshire
MK18 2AP
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.padburyschool.co.uk/
one.1) Name and addresses
St John’s CE Combined School
Main Road
Buckinghamshire
HP27 0PL
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
one.1) Name and addresses
Longwick CE Combined School
Walnut Tree Lane
Buckinghamshire
HP27 9SJ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.longwick.bucks.sch.uk/
one.1) Name and addresses
Christ the Sower Ecumenical School
Singleton Drive
Milton Keynes
MK8 0PZ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://www.cts.milton-keynes.sch.uk/
one.1) Name and addresses
Woodside Junior School
Mitchell Walk
Buckinghamshire
HP6 6NW
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.woodsidejunior.co.uk/
one.1) Name and addresses
St Mary’s CE Combined School
Keen Close
Aylesbury
HP19 7WF
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.st-marysaylesbury.bucks.sch.uk/
one.1) Name and addresses
Elmtree Infant & Nursery School
Elm Tree Hill
Buckinghamshire
HP5 2PA
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.elmtreeschoolandnursery.co.uk/
one.1) Name and addresses
The Downley School
Faulkner Way
Buckinghamshire
HP13 5AL
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.downley.bucks.sch.uk/
one.1) Name and addresses
Chenies School
Chenies Village
Herts
WD3 6ER
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH23 - Hertfordshire
Internet address(es)
Main address
https://www.chenies.bucks.sch.uk/web
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/9YEYQN2KWC
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
Oxford Diocesan Buckingham Schools 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
The successful Supplier will be required to provide catering services for 11 Primary Schools within the Oxford Diocesan Bucks Schools Trust (ODBST).
two.1.5) Estimated total value
Value excluding VAT: £2,111,810
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Buckinghamshire CC
two.2.4) Description of the procurement
The successful Supplier will be required to provide catering services for 11 Primary Schools within the Oxford Diocesan Bucks Schools Trust (ODBST):
1.Chesham Bois CE School, 128 Bois Lane, Chesham Bois, Amersham, Buckinghamshire, HP6 6DE
2.Great Horwood CE Combined School, School End, Great Horwood, Milton Keynes, Buckinghamshire, MK17 0RG
3.Padbury CE School, Winslow Road, Padbury, Buckinghamshire, MK18 2AP
4.St John’s CE Combined School, Main Road, Lacey Green, Princes Risborough, Buckinghamshire, HP27 0PL
5.Longwick CE Combined School, Walnut Tree Lane, Longwick, Princes Risborough, Buckinghamshire, HP27 9SJ
6.Christ the Sower Ecumenical School, Singleton Drive, Grange Farm, Milton Keynes, MK8 0PZ
7.Woodside Junior School, Mitchell Walk, Amersham, Buckinghamshire HP6 6NW
8.St Mary’s CE Combined School, Keen Close, Aylesbury, HP19 7WF
9.Elmtree Infant & Nursery School, Elm Tree Hill, Chesham, Buckinghamshire, HP5 2PA
10.The Downley School, Faulkner Way, Downley, High Wycombe, Buckinghamshire, HP13 5AL
11.Chenies School, Chenies Village , Nr Rickmansworth, Herts, WD3 6ER
The contract covers the scope for the provision of all catering services across the Trust, which also includes all hospitality and free issue requirements.
Please be aware that a number of these schools currently receive a delivered service from a central Hub Kitchen, owned and utilised by the incumbent provider. Therefore this will need to be a key consideration of how you intend to operate the business. In order to do so, the successful Contractor will need to have a strong presence within the local region, or be able to develop a support structure to ensure the ongoing provision of meals. The duration of the contract being offered is for an initial three-year period commencing on 01 August 2025, with the potential to extend for a further two 12-month periods. These extensions 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 Trust are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools. The successful contractor will already have adequate resource, contract support and operational flexibility within the region, that is to be deployed to support the contract as and when needed moving forwards into this contractual term.
The services are currently outsourced and TUPE is expected to apply. It is possible that some 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 Trust wishes to achieve as a result of this tender process:
1.The provision of a colourful, healthy and balanced food offer. This should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu 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.A suitable, effective marketing campaign in order to maximise on sales revenue, thus resulting in a cost efficient service.
4.A strong relief network to ensure absences, both short and long term, can be covered.
5.A partnership with the successful contractor in order to develop the existing service.
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 August 2025
End date
31 July 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 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/9YEYQN2KWC
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
17 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 February 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-Longwick:-School-catering-services./9YEYQN2KWC
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/9YEYQN2KWC
GO Reference: GO-20241211-PRO-28852710
six.4) Procedures for review
six.4.1) Review body
Oxford Diocesan Buckingham Schools Trust
C/O Longwick School Walnut Tree Lane
Longwick
HP27 9SJ
Country
United Kingdom