Section one: Contracting authority
one.1) Name and addresses
Warrender Group of Primary Schools Catering
Old Hatch Manor
Middlesex
HA4 8QG
Contact
Procurement team at Cohesion
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/cohesionconsulting/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cohesionconsulting/aspx/Home
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
Warrender Group of Primary Schools
Reference number
CCL_056
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Five primary schools in Hillingdon are collectively tendering their catering services, aiming to commence the contract on 1st August 2025 in Lot one, 1st September 2025 in Lot 2. Of these, two Schools have in-house services and three are delivered in from the production kitchen based at Whiteheath Junior School. As the Schools are in close proximity to each other they are pooling resources for this procurement to optimise and develop their catering provisions. The initial contract duration is set for three years, with a potential extension for two more years contingent on client satisfaction and mutual agreement on budgets and service levels. The Schools are tendering their catering services across two Lots using a two-stage tender process, beginning with a Selection Questionnaire (SQ) stage followed by an Invitation to Tender (ITT) stage after shortlisting. This process is managed under the Light Touch Regime, and the schools reserve the right to refine the award criteria throughou
two.1.5) Estimated total value
Value excluding VAT: £1,340,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
Five primary schools in Hillingdon are collectively tendering their catering services, aiming to commence the contract on 1st August 2025 in Lot one, 1st September 2025 in Lot 2. Of these, two Schools have in-house services and three are delivered in from the production kitchen based at Whiteheath Junior School. As the Schools are in close proximity to each other they are pooling resources for this procurement to optimise and develop their catering provisions. The initial contract duration is set for three years, with a potential extension for two more years contingent on client satisfaction and mutual agreement on budgets and service levels. The Schools are tendering their catering services across two Lots using a two-stage tender process, beginning with a Selection Questionnaire (SQ) stage followed by an Invitation to Tender (ITT) stage after shortlisting. This process is managed under the Light Touch Regime, and the schools reserve the right to refine the award criteria throughout the process.• Lot One consists of four schools: Whiteheath Junior School, which includes the production kitchen for all four schools and delivers in the following three schools; Whiteheath Infant and Nursery School, St. Swithuns Catholic Primary School and Warrender School. Annual Turnover circa £250,000.• Lot Two is Hayes Park Primary School, which has its own kitchen and dining facilities. Annual turnover circa £195,000.This contract will reward maximising sales and FSM uptake through pro-active management, consistently high food quality and tangible contract support. The Schools and CCL expect the successful Contractor to reasonably guarantee their financial proposal and maintain excellent standards.The Schools have requested that in this tender exercise the bidders focus on:A TUPE Compliant Bid with additional recommendations on service equipment, serving points, staffing levels and a bespoke food concept to drive sales and uptake.In short, the Schools need to be convinced the bidders are able to deliver their promises, achieve their sales targets, deliver their service enhancements in full and support the Schools. Should the Schools not be convinced of this they reserve the right to revert to an ‘insourced’ solution or post no award. Any investment proposals will need to be consistent with ESFA guidelines.The successful bidder will be expected to operate with a strong partnership, integrity and honesty.
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: £1,340,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract tenure is for an initial three year term and there is an option for both parties to extending the contract for another two years subject to performance and mutual agreement.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
two.2.10) Information about variants
Variants will be accepted: No
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 January 2025
Local time
1:00pm
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: Yes
six.4) Procedures for review
six.4.1) Review body
The Cabinet Office
70 Whitehall
London
SW1A 2AS
cocommercial@crowncommercial.gov.uk
Telephone
+44 2072761234
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office/about/procurement
six.4.2) Body responsible for mediation procedures
Cohesion Consulting Ltd
16 Mount Pleasant
Tunbridge Wells
TN1 1QU
info@cohesionconsultingltd.co.uk
Telephone
+44 1892251001
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
4000/4000
six.4.4) Service from which information about the review procedure may be obtained
Cohesion Consulting Ltd
16 Mount Pleasant
Tunbridge Wells
TN1 1QU
glenn@Cohesionconsulting.co.uk
Telephone
+44 1892251001
Country
United Kingdom