UK-Westminster: School catering services.

UK-Westminster: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Westminster Schools’ Consortium
Hallfield Primary School, Porchester Gardens, Westminster, W2 6JJ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hallfieldschool.org.uk/
NUTS Code: UKI32
I.2) Joint procurement
The contract involves joint procurement: Yes.
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://litmustms.co.uk/respond/PXDBY6P9R8
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: Westminster Schools’ Consortium ~ Catering Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Westminster Schools’ Consortium (The Consortium) currently comprises 16 Primary schools located in the London borough of Westminster and was formed in 2019 following the council’s decision to delegate the previous centrally managed school meal service to schools. Since 2019, the school meal service has been outsourced and The Consortium now wishes to participate in a tender process in accordance with the Public Contracts Regulations 2015 for a further contract to supply its centrally managed outsourced school meals service.
II.1.5) Estimated total value:
Value excluding VAT: 12,880,000
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:
UKI32 Westminster

II.2.4) Description of procurement: The Requirement
Westminster Schools’ Consortium (The Consortium) currently comprises 16 Primary schools located in the London borough of Westminster and was formed in 2019 following the council’s decision to delegate the previous centrally managed school meal service to schools. Since 2019, the school meal service has been outsourced and The Consortium now wishes to participate in a tender process in accordance with the Public Contracts Regulations 2015 for a further contract to supply its centrally managed outsourced school meals service.
Basis of Contract
•The contract will commence from the 1st September 2025 and will be for an initial period of 5 years.
•The contract may be extended by 2 further years making a total maximum fixed term of 7 years.
•London Living Wage is adopted at all participating schools
•The contract will be awarded to a single supplier.
•The estimated turnover is circa £9.2 million over the initial 5-year period.
Objectives
The appointed Supplier will have significant experience of delivering quality catering services within Primary schools and should have proven expertise of successfully increasing pupil meal uptake across group contracts together with a compelling attitude towards making the lunchtime service appealing, healthy and educational for children.
Coupled with the familiarity and practice of successfully managing a large workforce, the Supplier should ideally have a strong operational base in London and able to leverage sufficient resources to ensure the required level of service is constantly maintained. Within the Consortium there are 2 schools without kitchens (Dining Centres) that have their meals delivered. It will be imperative that bidders are able to provide a solution for these Dining Centres either direct or via the use of a nominated Production Kitchen/s within the Consortium.
Ultimately, it is important that the Supplier can demonstrate a proven ability to manage a well-organised and efficient catering service that continual strives to offer ‘best value’ to each participating school.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 12,880,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2025 / End: 31/08/2032
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: Not provided


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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: 16/08/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/11/2024
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.

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-Westminster:-School-catering-services./PXDBY6P9R8

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/PXDBY6P9R8
VI.4) Procedures for review
VI.4.1) Review body:
Westminster Schools’ Consortium
Hallfield Primary School, Porchester Gardens, Westminster, W2 6JJ, 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: 08/07/2024

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Edward Wilson Primary School
Senior Street, Westminster, W2 5TL, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://edwardwilson.org.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Essendine Primary School
Essentine Road, Westminster, W9 2LR, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.essendine.org.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Gateway Academy
4 Capland Street, Westminster, NW8 8LN, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.gateway-academy.co.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Hallfield Primary School
Porchester Gardens, Westminster, W2 6JJ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hallfieldschool.org.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
St Mary Magdalene and St Stephen's Primary School
Rowington Close, Westminster, W2 5TF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.mmsts.westminster.sch.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Our Lady of Dolours RC Primary School
19 Cirencester Street, Westminster, W2 5SR, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.ourladydolours.co.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Queen's Park School
Droop Street, Westminster, W10 4DQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.queensparkprimaryschool.co.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
St Barnabas' CE Primary School
St Barnabas Street, Westminster, SW11 8PF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stbarnabasprimary.org.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
St Gabriel's School
Churchill Gardens, Westminster, SW1V 3AG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stgabrielsprimary.co.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
St Luke's C of E Primary School
Fernhead Road, Queens Park, Westminster, W9 3EJ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stlukesprimary.org.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
11: Contracting Authority
St Matthews Primary School
18 Old Pye Street, Wetminster, SW1P 2DG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stmwschool.org.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
12: Contracting Authority
St Peter’s School
Chippenham Mews, Westminster, W9 2AN, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stpeterscm.co.uk/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
13: Contracting Authority
St Vincent de Paul School
Morpeth Terrace, Westminster, SW1P 1EP, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.svpcatholicprimary.org/
NUTS Code: UKI32

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
14: Contracting Authority
St Clement Danes CE Primary School
Drury Lane, Westminster, WC2B 5SU, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.st-clementdanes.westminster.sch.uk/
NUTS Code: UKI32