UK-London: Food, beverages, tobacco and related products.
UK-London: Food, beverages, tobacco and related products.
Section I: Contracting Authority
		I.1) Name and addresses
				 Woodard Academies Trust
				 1 Adam Street, London, WC2N 6LE, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: www.phs.woodard.co.uk
				 NUTS Code: UKI
		I.2) Joint procurement
		The contract involves joint procurement:  No.
		In the case of joint procurement involving different countries, state applicable national procurement law:  Not provided 		
		The contract is awarded by a central purchasing body:  No.
		I.3) Communication
		The procurement documents are available for unrestricted and full direct access, free of charge, at:    https://www.delta-esourcing.com/tenders/UK-UK-London:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  to the abovementioned address 		
		Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  Not provided 
		I.4) Type of the contracting authority
				Body governed by public law 
		I.5) Main activity
				Education
Section II: Object
II.1) Scope of the procurement
		II.1.1) Title:  Woodard Academies Trust (Polam Hall and Kings Priory Schools) ~ Food & Beverage Purchasing Services 		
		Reference Number:   Not provided 
		II.1.2) Main CPV Code: 
		15000000 - Food, beverages, tobacco and related products.
 
		II.1.3) Type of contract:  SUPPLIES 
		II.1.4) Short description:  Woodard Academies Trust consist of six academies with varied UK geography. Woodard Academic trust is also part of the wider Two of its schools, Polam Hall School and Kings Priory School, both large academies in the north east of England require a tender of purchasing food, beverage and consumables to support their self-operated catering operations. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  1,200,000 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
    		
		II.2.2) Additional CPV codes:
 		Not Provided 		
		II.2.3) Place of performance: 
		UKI LONDON 
  		
		II.2.4) Description of procurement:  Woodard Academies Trust consist of six academies with varied UK geography. Woodard Academic trust is also part of the wider Two of its schools, Polam Hall School and Kings Priory School, both large academies in the north east of England require a tender of purchasing food, beverage and consumables to support their self-operated catering operations.
The schools are both large through schools with pupils from 4+ through to sixth form.
Please note that some of the other academies within the trust also self-operate catering but are not in scope for this exercise, although there is potential for organic growth within these schools in the future.
The aim of the Trust is run an ITT to market test the quality, price, sustainability and value which will include food, beverage, disposables, cleaning equipment and another other related categories. The current expected in year purchasing value is around £400k and the forward contract term will start with a term of three years.
The school is looking for a service provider capable of providing a dedicated, professional and consistent purchasing service from supplier selection and due diligence, through to point of order, delivery and invoice reconciliation with robust and responsive management support and efficient recipe management support. Due to the current market conditions a focused methodology that underpins management of price increases will be a fundamental part of the bid.
The incumbent service provider has managed the contract for 8 + years.
The key expectations of the process are that the successful bidder will provide either from its own capability or with relevant partners:
•A robust supply chain with a mix of local and regional/ national suppliers 
•An efficient P2P system which assures compliance at each stage of the purchasing process
•A recipe management system that can help design, evaluate and help the schools comply with labelling, allergen management and any retail requirements
•A platform for evaluation, management reporting and insight into pricing, supplier performance and compliance that adds value, clarity and gives quality assurance
Due to the nature of each school’s location and design, there are some restrictions in terms of access which have been successfully built into operational routine by the current supply chain – see ITT specification for more detail in this area.
There is no expectation that there will be any TUPE applicable if a change of service provider results. 
		II.2.5) Award criteria:
				Criteria below
								
				Price  -  Weighting: 10  
										
		II.2.6) Estimated value: 
		Value excluding VAT:  1,200,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Start: 01/09/2023 / End: 31/08/2026 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.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.  
		II.2.10) Information about variants: 
		Variants will be accepted: Yes 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  No 
		II.2.13) Information about European Union funds: 
		The procurement is related to a project and/or programme financed by European Union funds:   No 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  To respond to this opportunity please click here: https://litmustms.co.uk/respond/BT3DG76S4F 		
Section III: Legal, Economic, Financial And Technical Information
	III.1) Conditions for participation
		III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
		List and brief description of conditions: 			
		Not Provided 		
		III.1.2) Economic and financial standing 			
		Selection criteria as stated in the procurement documents 		
		List and brief description of selection criteria: 		
		Not Provided 	
		Minimum level(s) of standards possibly required (if applicable) : 		
		Not Provided 	
		III.1.3) Technical and professional ability 	
		Selection criteria as stated in the procurement documents 
		List and brief description of selection criteria: 		
		Not Provided		
		Minimum level(s) of standards possibly required (if applicable) : 			
		Not Provided	
		III.1.5) Information about reserved contracts (if applicable)	
		The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:  No 		
		The execution of the contract is restricted to the framework of sheltered employment programmes:          No 	
		
	III.2) Conditions related to the contract
			
		III.2.2) Contract performance conditions 			
		Not Provided 			
		III.2.3) Information about staff responsible for the performance of the contract
		Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:  No 
Section IV: Procedure
	IV.1) Description RESTRICTED
		IV.1.1) Type of procedure: Restricted	
	
	IV.1.3) Information about a framework agreement or a dynamic purchasing system  	                
			The procurement involves the establishment of a framework agreement - NO 	  	                
			The procurement involves the setting up of a dynamic purchasing system - NO 	  
			In the case of framework agreements justification for any duration exceeding 4 years:   Not Provided 	
	
	
	IV.1.6) Information about electronic auction:
		An electronic auction will be used: No 
		Additional information about electronic auction:  Not provided 
	IV.1.8) Information about the Government Procurement Agreement (GPA)
		The procurement is covered by the Government Procurement Agreement: Yes 		
	IV.2) Administrative information
		IV.2.1) Previous publication concerning this procedure:
			Notice number in the OJ S:  Not provided 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 09/06/2023    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  Not Provided 		
		IV.2.4) Languages in which tenders or requests to participate may be submitted: English, 		
		IV.2.6) Minimum time frame during which the tenderer must maintain the tender:  Not Provided		
		
Section VI: Complementary Information
	VI.1) Information about recurrence
	This is a recurrent procurement: No  	
	Estimated timing for further notices to be published:  Not provided 
	VI.2) Information about electronic workflows
	Electronic ordering will be used  No 		
	Electronic invoicing will be accepted  No 		
	Electronic payment will be used  No 		
	VI.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. 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-London:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F
To respond to this opportunity, please click here: 
https://litmustms.co.uk/respond/BT3DG76S4F
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Woodard Academies Trust
		 1 Adam Street,, London, WC2N 6LE, United Kingdom
	VI.4.2) Body responsible for mediation procedures: 
 Not provided 
	VI.4.3) Review procedure
	Precise information on deadline(s) for review procedures: 	
	 Not Provided 	
	VI.4.4) Service from which information about the lodging of appeals may be obtained: 
 Not provided 
	VI.5) Date Of Dispatch Of This Notice: 03/05/2023
Annex A