Contract

Warrender Group of Primary Schools

  • Warrender Group of Primary Schools Catering

F03: Contract award notice

Notice identifier: 2025/S 000-069184

Procurement identifier (OCID): ocds-h6vhtk-04c9ad (view related notices)

Published 28 October 2025, 7:24pm



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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,340,000

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

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-041008


Section five. Award of contract

Contract No

CCL_056

Lot No

1 and 2

Title

Warrender Group of schools catering tender

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 July 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Cleverchefs

Cardiff

Country

United Kingdom

NUTS code
  • UKL2 - East Wales
The contractor is an SME

No

five.2.3) Name and address of the contractor

HCL

Welwyn Garden City

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,250,000

Total value of the contract/lot: £1,300,000


Section six. Complementary information

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