UK-Warwickshire: School catering services.
UK-Warwickshire: School catering services.
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Lawrence Sheriff School
Lawrence Sheriff School, Clifton Road, Rugby, Warwickshire, CV21 3AG, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.lawrencesheriffschool.net/
NUTS Code: UKG1
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Lawrence Sheriff School ~ 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: The successful Supplier will be required to provide catering services for Lawrence Sheriff School
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,651,437.5
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKG1 - Herefordshire, Worcestershire and Warwickshire
Main site or place of performance:
Herefordshire, Worcestershire and Warwickshire
II.2.4) Description of the procurement: The successful Supplier will be required to provide catering services for Lawrence Sheriff School:
Lawrence Sheriff School, Clifton Road, Rugby,Warwickshire,CV21 3AG
Website: http://www.lawrencesheriffschool.net/
Google URL: https://maps.app.goo.gl/dQDPJRXDdQx4Wcrr6
Lawrence Sheriff School is an all-boys grammar school in Rugby, Warwickshire. Rated Outstanding by Ofsted, the school educates students from Year 7 to Year 13 with circa 1,000 students on roll.
The contract covers the scope for the provision of all catering services within the School, which also includes all hospitality and free issue requirements.
The duration of the contract being offered is for an initial three-year period commencing on 01 April 2025, with the potential to extend for a further three 12-month periods. These extensions will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full six years.
The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.
The School are seeking a suitably experienced, education catering contractor who is able to evidence working within Secondary Schools. The successful contractor will already have or need to develop a strong operational base within the vicinity, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contractual term.
The services are currently outsourced and TUPE is expected to apply. It is possible that some of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
The School wishes to achieve as a result of this tender process:
1.The provision of a colourful, healthy and balanced food offer that will move away from a typically ‘beige’ counter. This should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Offering frequent themed menus and initiatives that support the curriculum and various school led activities, ensuring the food offer remains varied and enticing to its customers.
3.A suitable, effective marketing campaign in order to maximise on sales revenue, thus resulting in a cost efficient service.
4.A strong relief network to ensure absences, both short and long term, can be covered.
5.A partnership with the successful contractor in order to develop the existing service.
It is expected that experienced and insightful contract management will promote good levels of communication and engagement with the School. The management team should be proactive in communicating directly with School Leaders through frequent contract review meetings to ensure that the School is up to date with the performance of the contract, both financial and operational.
This enhanced service should be supported by a well-trained and supported catering team at the School, with a focus by the successful contractor on both craft training and customer service.
There needs to be total transparency with accounts that are clear and easy to understand. The monthly invoice should be supported by a breakdown of the contract’s financial performance against budget.
To achieve overall value for money is an objective of this tender. However, please note that the School is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer, as well the management support.
See SQ document for more information.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: This is a Contract Award Notice - this contract has already been awarded.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted Accelerated
Justification for the choice of accelerated procedure: Contract start date
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2024/S 000-033720
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/02/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Culinera Limited, 12382186
12 The Broadway, Amersham, Buckinghamshire, HP7 0HP, United Kingdom
NUTS Code: UKJ1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,230,000
Total value of the contract/lot: 1,651,437.5
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=965818947
VI.4) Procedures for review
VI.4.1) Review body
Lawrence Sheriff School
Lawrence Sheriff School, Clifton Road, Rugby, Warwickshire, CV21 3AG, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 14/07/2025