Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Woodard Academies Trust
1 Adam Street
London
WC2N 6LE
UK
Telephone: +44 1276673880
E-mail: tenders@litmuspartnership.co.uk
NUTS: UKI
Internet address(es)
Main address: www.phs.woodard.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Woodard Academies Trust (Polam Hall and Kings Priory Schools) ~ Food & Beverage Purchasing Services
II.1.2) Main CPV code
15000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Woodard Academies Trust consist of six academies with varied UK geography. Woodard Academic trust is also part of the wider Two of its schools, Polam Hall School and Kings Priory School, both large academies in the north east of England require a tender of purchasing food, beverage and consumables to support their self-operated catering operations.
II.1.5) Estimated total value
Value excluding VAT:
1 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
LONDON
II.2.4) Description of the procurement
Woodard Academies Trust consist of six academies with varied UK geography. Woodard Academic trust is also part of the wider Two of its schools, Polam Hall School and Kings Priory School, both large academies in the north east of England require a tender of purchasing food, beverage and consumables to support their self-operated catering operations.
The schools are both large through schools with pupils from 4+ through to sixth form.
Please note that some of the other academies within the trust also self-operate catering but are not in scope for this exercise, although there is potential for organic growth within these schools in the future.
The aim of the Trust is run an ITT to market test the quality, price, sustainability and value which will include food, beverage, disposables, cleaning equipment and another other related categories. The current expected in year purchasing value is around £400k and the forward contract term will start with a term of three years.
The school is looking for a service provider capable of providing a dedicated, professional and consistent purchasing service from supplier selection and due diligence, through to point of order, delivery and invoice reconciliation with robust and responsive management support and efficient recipe management support. Due to the current market conditions a focused methodology that underpins management of price increases will be a fundamental part of the bid.
The incumbent service provider has managed the contract for 8 + years.
The key expectations of the process are that the successful bidder will provide either from its own capability or with relevant partners:
•A robust supply chain with a mix of local and regional/ national suppliers
•An efficient P2P system which assures compliance at each stage of the purchasing process
•A recipe management system that can help design, evaluate and help the schools comply with labelling, allergen management and any retail requirements
•A platform for evaluation, management reporting and insight into pricing, supplier performance and compliance that adds value, clarity and gives quality assurance
Due to the nature of each school’s location and design, there are some restrictions in terms of access which have been successfully built into operational routine by the current supply chain – see ITT specification for more detail in this area.
There is no expectation that there will be any TUPE applicable if a change of service provider results.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2023
End:
31/08/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
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
To respond to this opportunity please click here: https://litmustms.co.uk/respond/BT3DG76S4F
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/06/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
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. 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:
<a href="https://litmustms.co.uk/tenders/UK-UK-London:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F" target="_blank">https://litmustms.co.uk/tenders/UK-UK-London:-Food%2C-beverages%2C-tobacco-and-related-products./BT3DG76S4F</a>
To respond to this opportunity, please click here:
<a href="https://litmustms.co.uk/respond/BT3DG76S4F" target="_blank">https://litmustms.co.uk/respond/BT3DG76S4F</a>
GO Reference: GO-202353-PRO-22762896
VI.4) Procedures for review
VI.4.1) Review body
Woodard Academies Trust
1 Adam Street,
London
WC2N 6LE
UK
VI.5) Date of dispatch of this notice
03/05/2023