UK-London: School catering services.
UK-London: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
University Schools Trust
UST House, Limehouse Causeway, London, E14 8AQ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.ust.london/
NUTS Code: UKI
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/U36H552F32
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: University Schools Trust ~ 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: University Schools Trust (UST) seeks to appoint a Contractor whose skills, experience and attributes align with the Trusts Vision and Values. As a small Trust of 4 Schools, the Trust is actively looking to grow and are engaged in discussions with a range of schools’. Community is at the heart of our culture and ensuring our pupils have access to good, well prepared, nutritious food. As UST has grown we are moving towards a more centralised Procurement Model, appointing the services of a single catering contractor is a vital part of achieving this goal. Whilst the Trust currently benefits from localised contract arrangements, we would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
II.1.5) Estimated total value:
Value excluding VAT: 5,989,955
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: University Schools Trust (UST) seeks to appoint a Contractor whose skills, experience and attributes align with the Trusts Vision and Values. As a small Trust of 4 Schools, the Trust is actively looking to grow and are engaged in discussions with a range of schools’. Community is at the heart of our culture and ensuring our pupils have access to good, well prepared, nutritious food. As UST has grown we are moving towards a more centralised Procurement Model, appointing the services of a single catering contractor is a vital part of achieving this goal. Whilst the Trust currently benefits from localised contract arrangements, we would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years in duration from 1st August 2025 to 31st July 2028 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the school a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with University Schools Trust for the duration of this contract. The intention is the contract will be let on a 3 + 2 years basis.
The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all catering services within the School, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
As an organisation we encourage our specialist partners to challenge our approach to innovation and investment whilst also considering decarbonisation. The Trust would therefore welcome consideration of inward capital investment as part of the Contractor’s tender submission, where some elements of equipment or due to reach end of lifecycle.
Vision and Values
Our overriding purpose as a Multi-Academy Trust is driven by our vision and values.
Vision: Where collaboration breeds transformation
Guided by and working with our Trust Partners.
The Trust is a family of inclusive schools where collaborative partnerships deliver a transformational education which empowers our pupils and the communities, they come from to realise their full potential. A culture of high expectations nurtures a drive to achieve excellence and to take ownership of future academic and vocational learning paths in order to equip our pupils as global citizens and inspire their communities.
Values: The UST Guarantee
Achieving Excellence through Transformational Education that Empowers Communities.
Achieving Excellence
The Trust inspires each member of our learning community to be ambitious, to realise their potential and to succeed academically and vocationally.
Transformational Education
The Trust ensures that the dynamic curricula and pastoral offers of our schools are enriched by the civic leadership and research from our university, public and private Trust partners.
See SQ Document for more information.
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: 5,989,955
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2025 / End: 31/07/2030
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: 14/03/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/04/2025
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-London:-School-catering-services./U36H552F32
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/U36H552F32
VI.4) Procedures for review
VI.4.1) Review body:
University Schools Trust
UST House, Limehouse Causeway, London, E14 8AQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
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: 06/02/2025
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
Cyril Jackson Primary School
51 Three Colt Street, Limehouse, London, E14 8HH, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.cyriljackson.towerhamlets.sch.uk/
NUTS Code: UKI
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
St Pauls Way
125 St Paul's Way, Bow, London, E3 4FT, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.spwt.net/
NUTS Code: UKI
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
Sir William Burrough School
Salmon Lane, London, E14 7PQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://sirwilliamburrough.info/
NUTS Code: UKI
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
Royal Greenwich Trust School
765 Woolwich Road, London, SE7 8LJ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.rgtrustschool.net/
NUTS Code: UKI