Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Woodard Academies Trust (Polam Hall and Kings Priory Schools) ~ Food & Beverage Purchasing Services

  • First published: 04 May 2023
  • Last modified: 04 May 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03c614
Published by:
Woodard Academies Trust
Authority ID:
AA59429
Publication date:
04 May 2023
Deadline date:
09 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
15000000 Food, beverages, tobacco and related products Agriculture and Food

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@litmuspartnership.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.