Skip to main content.

The Litmus Partnership: St Edward's College ~ Catering Tender

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

Notice Summary
Title: St Edward's College ~ 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 for St Edward’s College. The contract covers the scope for the provision of all catering and hospitality services within the school.
Published: 22/07/2022 08:35
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-Liverpool: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             St Edward's College
             Sandfield Park, Liverpool, L12 1LF, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.st-edwards.co.uk/
             NUTS Code: UKD72
      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://litmustms.co.uk/tenders/UK-UK-Liverpool:-School-catering-services./39Q269E7H5
      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: St Edward's College ~ 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 St Edward’s College.

The contract covers the scope for the provision of all catering and hospitality services within the school.       
      II.1.5) Estimated total value:
      Value excluding VAT: 240,000       
      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:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: The duration of the contract being offered is three years commencing on 1 September 2023 to August 2026, with the potential for an extension of up to a further three years excluding the right to further extend beyond this point. The contract will be on a guaranteed performance basis with all free issues and hospitality being recharged to the school at net cost only.

St Edward’s College In the late 1970s reverted to full independence, with many pupils receiving support under the Assisted Places Scheme. However, the 1993 Education Act enabled the College to become a self-governing Maintained School. After a lengthy consultation and statutory process, St Edward's College became a Grant Maintained School on 1 September 1997. As a result of the abolition of Grant Maintained Status by the 1998 Education Act, the College became a Voluntary Aided School in 1999. The College became an Academy in May 2011. For further information regarding St Edward’s College please refer to the school website www.st-edwards.co.uk

St Edward’s College has great strengths and it is the Principal’s and Governors’ aim to build on these strengths by the employment of a suitably skilled and experienced catering contractor which operates within the independent/state sector who will be proactive in providing advice and expertise. The Contractor will have the opportunity to introduce an improved food offer whilst understanding the profile and usage of the existing facilities. They will also be expected to introduce an exciting new food concept for the future and vary this during the course of the academic year.

The catering provision within St Edward’s College is of vital importance and although cost is an important consideration, more important is the provision of a quality service, therefore the successful contractor must be able to demonstrate a track record of delivering a high-quality catering provision and support services within the independent/state sector, whilst ensuring that ‘best value’ is achieved by the school in both financial and qualitative terms.

Working with the local community is something that St Edward’s College strives to do at all times and to this end we would like to ensure that all your fresh produce is sourced from local suppliers. Please note that this is an important part of your tender response and the use of local suppliers will be closely monitored as will flexibility in your supply chain:

It is also important that the service continues to evolve, so the successful contractor will need to demonstrate a high degree of innovation to ensure that this is achieved with a local management team that are both proactive and dynamic in their approach and have the experience of delivering a quality catering provision within the challenges of budgetary constraint.

We will expect the on-site catering team at the school to receive support and training commensurate with the standard and level of catering provision that the school expects as an output of this tender
.
A selection of healthy balanced dishes are available daily on the restaurant counters for all customers. The current selling price per meal at lunch time is £3.00 and further cash sales are generated through the provision of a breakfast which sells for £1.00 and a mid- morning break service. Additionally, there is a separate catering facility within the sixth form centre which is open during the course of the day.

Cash sales are collected currently via Parent Pay which is administered by the catering team in conjunction with a cashless system.

It is expected that the successful contractor will work very closely with the Client and engage with the school curriculum, pupils and parents moving forwards into this contract term.

The contract currently offers a guaranteed return to St Edward’s College for the main account, with all free issues and hospitality being recharged at net cost to the school based on consumption.
      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: 240,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2029       
      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/39Q269E7H5       


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: 09/09/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/11/2022       
      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.

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-Liverpool:-School-catering-services./39Q269E7H5

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/39Q269E7H5
   VI.4) Procedures for review
   VI.4.1) Review body:
             St Edward's College
       Sandfield Park, Liverpool, L12 1LF, 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: 22/07/2022

Annex A


View any Notice Addenda

View Award Notice