Skip to main content.

The Litmus Partnership: Mowbray Education Trust ~ Catering Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Mowbray Education Trust ~ Catering Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide Catering services, initially for all Mowbray Education Trust Schools.
Published: 24/09/2024 09:58
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leicestershire: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Mowbray Education Trust
             John Ferneley College, Scalford Road, Melton Mowbray, Leicestershire, LE13 1LH, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.mowbrayeducation.org/
             NUTS Code: UKF2
      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/669ZS6SZ59
      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: Mowbray Education 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: The successful Supplier will be required to provide Catering services, initially for all Mowbray Education Trust Schools.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,550,000       
      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:
      UKF2 Leicestershire, Rutland and Northamptonshire
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide Catering services, initially for all Mowbray Education Trust Schools.
The contract covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.
The current value of the contract is £510K Per annum.
The Mowbray Education Trust is expected to grow with a number of additional schools becoming part of the Trust during this contract period and the provision of catering services at these schools when they have joined the Trust will fall under the scope of this contract. Similarly, Schools with alternative catering provisions currently in place could fall into scope of this contract as their current catering arrangements end. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
The duration of the contract/s offered is three years commencing on 1 August 2025, concluding on 31 July 2028, with the opportunity to extend by up to an additional two years at the discretion of Trustees.
The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide detailed information of any equipment felt necessary. Bidders must provide the equipment make, model and cost and a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at each School’s discretion, subject to the method of obtaining the investment for the required equipment.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the Schools. It is expected that menus will feature and utilise products in season.
Customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response your methodology to achieve this will be detailed along with examples of where this has recently been undertaken within similar contracts.
The successful contractor should have similar operations within the local area thus ensuring that the Operational Management Team responsible for the contract is available for regular visits and support for the contract, and that coverage for any planned or unplanned leave from within the establishment staffing structure can be easily provided.
The successful Supplier/s will work closely with the Clients to manage the provision of catering and the overall ‘meal experience.
NB: Please note that the successful contractor will pay the procurement consultancy fee on contract award, which will be £6,725.00 plus VAT.
This fee will be invoiced immediately after the 10-day standstill period. To ensure transparency, you will clearly show this amount within your management fee for the first year of the contract only. The total fee will be paid by the successful contractor, in full to Litmus, by no later than Friday 18 April 2025.
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: 2,550,000       
      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: 01/11/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/12/2024       
      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-Leicestershire:-School-catering-services./669ZS6SZ59

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/669ZS6SZ59
   VI.4) Procedures for review
   VI.4.1) Review body:
             Mowbray Education Trust
       John Ferneley College, Scalford Road, Melton Mowbray, Leicestershire, LE13 1LH, 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: 24/09/2024

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
       Ab Kettleby Primary School
       Wartnaby Road, Ab Kettleby, Melton Mowbray, Leicestershire, LE14 3JJ, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.abkettleby.org/
       NUTS Code: UKF2

   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
       Brownlow Primary School
       Limes Avenue, Melton Mowbray, Leicestershire, Leicestershire, LE13 1QL, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.brownlowprimary.org/
       NUTS Code: UKF2

   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
       Iveshead School
       Forest Street, Shepshed, Loughborough, Leicestershire, LE12 9DB, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://ivesheadschool.org/
       NUTS Code: UKF2

   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
       John Ferneley College
       Scalford Road, Melton Mowbray, Melton Mowbray, Leicestershire, LE13 1LH, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.johnferneley.org/
       NUTS Code: UKF2

   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
       Sherard Primary School
       Grange Drive, Melton Mowbray, Leicestershire, LE13 1HA, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.sherardschool.org/
       NUTS Code: UKF2

   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
       Somerby Primary School
       High Street, Somerby, Melton Mowbray, Leicestershire, LE13 0HN, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.meltongrove.org/
       NUTS Code: UKF2

   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
       Buckminster Primary School
       School Lane, Buckminster, Grantham, Lincolnshire, NG33 5RZ, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.buckminster.leics.sch.uk/website/home/109951
       NUTS Code: UKE1

   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
       The Grove Primary School
       Asfordby Road, Melton Mowbray, Leicestershire, LE13 0HN, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.meltongrove.org/
       NUTS Code: UKF2

View any Notice Addenda

View Award Notice

UK-Leicestershire: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Mowbray Education Trust
       John Ferneley College, Scalford Road, Melton Mowbray, Leicestershire, LE13 1LH, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.mowbrayeducation.org/
       NUTS Code: UKF2

   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.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: Mowbray Education 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: The successful Supplier will be required to provide Catering services, initially for all Mowbray Education Trust Schools.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,888,354.94
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
             

      II.2.4) Description of the procurement: The successful Supplier will be required to provide Catering services, initially for all Mowbray Education Trust Schools.
The contract covers the scope for the provision of all catering services within the Schools, including hospitality and free issue requirements.
The current value of the contract is £510K Per annum.
The Mowbray Education Trust is expected to grow with a number of additional schools becoming part of the Trust during this contract period and the provision of catering services at these schools when they have joined the Trust will fall under the scope of this contract. Similarly, Schools with alternative catering provisions currently in place could fall into scope of this contract as their current catering arrangements end. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
The duration of the contract/s offered is three years commencing on 1 August 2025, concluding on 31 July 2028, with the opportunity to extend by up to an additional two years at the discretion of Trustees.
The contract is offered on a ‘guaranteed performance’ basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.
It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide detailed information of any equipment felt necessary. Bidders must provide the equipment make, model and cost and a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at each School’s discretion, subject to the method of obtaining the investment for the required equipment.
The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the Schools. It is expected that menus will feature and utilise products in season.
Customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response your methodology to achieve this will be detailed along with examples of where this has recently been undertaken within similar contracts.
The successful contractor should have similar operations within the local area thus ensuring that the Operational Management Team responsible for the contract is available for regular visits and support for the contract, and that coverage for any planned or unplanned leave from within the establishment staffing structure can be easily provided.
The successful Supplier/s will work closely with the Clients to manage the provision of catering and the overall ‘meal experience.
NB: Please note that the successful contractor will pay the procurement consultancy fee on contract award, which will be £6,725.00 plus VAT.
This fee will be invoiced immediately after the 10-day standstill period. To ensure transparency, you will clearly show this amount within your management fee for the first year of the contract only. The total fee will be paid by the successful contractor, in full to Litmus, by no later than Friday 18 April 2025.
See SQ document for more information

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Price / Weighting: 30
            

      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: Please note, 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


   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 000-030429
      
   

   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: 21/03/2025

      V.2.2) Information about tenders
         Number of tenders received: 5
         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)
             Innovate Services Ltd, 06420662
             St Andrews House, West Street, Woking, GU21 6EB, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,550,000          
         Total value of the contract/lot: 2,888,354.94
         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=943689931
   VI.4) Procedures for review

      VI.4.1) Review body
          Mowbray Education Trust
          John Ferneley College, Scalford Road, Melton Mowbray, Leicestershire, LE13 1LH, 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: 23/04/2025

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Ab Kettleby Primary School
       Wartnaby Road, Ab Kettleby, Melton Mowbray, Leicestershire, LE14 3JJ, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.abkettleby.org/
       NUTS Code: UKF2
   
   2: Contracting Authority
       Brownlow Primary School
       Limes Avenue, Melton Mowbray, Leicestershire, Leicestershire, LE13 1QL, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.brownlowprimary.org/
       NUTS Code: UKF2
   
   3: Contracting Authority
       Iveshead School
       Forest Street, Shepshed, Loughborough, Leicestershire, LE12 9DB, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://ivesheadschool.org/
       NUTS Code: UKF2
   
   4: Contracting Authority
       John Ferneley College
       Scalford Road, Melton Mowbray, Melton Mowbray, Leicestershire, LE13 1LH, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.johnferneley.org/
       NUTS Code: UKF2
   
   5: Contracting Authority
       Sherard Primary School
       Grange Drive, Melton Mowbray, Leicestershire, LE13 1HA, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.sherardschool.org/
       NUTS Code: UKF2
   
   6: Contracting Authority
       Somerby Primary School
       High Street, Somerby, Melton Mowbray, Leicestershire, LE13 0HN, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.meltongrove.org/
       NUTS Code: UKF2
   
   7: Contracting Authority
       Buckminster Primary School
       School Lane, Buckminster, Grantham, Lincolnshire, NG33 5RZ, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.buckminster.leics.sch.uk/website/home/109951
       NUTS Code: UKE1
   
   8: Contracting Authority
       The Grove Primary School
       Asfordby Road, Melton Mowbray, Leicestershire, LE13 0HN, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.meltongrove.org/
       NUTS Code: UKF2