Tender

Warrender Group of Primary Schools

  • Warrender Group of Primary Schools Catering

F02: Contract notice

Notice identifier: 2024/S 000-041008

Procurement identifier (OCID): ocds-h6vhtk-04c9ad

Published 19 December 2024, 2:57pm



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

Email

info@cohesionconsulting.co.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.cohesionconsulting.co.uk

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

Email

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

Email

info@cohesionconsultingltd.co.uk

Telephone

+44 1892251001

Country

United Kingdom

Internet address

www.cohesionconsulting.co.uk

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

Email

glenn@Cohesionconsulting.co.uk

Telephone

+44 1892251001

Country

United Kingdom

Internet address

www.Cohesionconsulting.co.uk