Section one: Contracting authority
one.1) Name and addresses
Highworth Grammar School
Highworth Grammar School, Maidstone Road
Ashford
TN24 8UD
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
https://www.highworth.kent.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/23DVP54YN4
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Highworth Grammar School ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service not only within the existing facilities, but also by developing and extending the service available to the 1,535 students on roll and 155 teaching and support staff. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
two.1.5) Estimated total value
Value excluding VAT: £1,320,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Kent
two.2.4) Description of the procurement
Highworth Grammar School is a successful 11-18 selective girls’ school including 80 boys in the sixth form. The school is widely recognised as being innovative and highly successful. During the June 2013 Ofsted inspection, the school was judged to be an outstanding school. In 2019 our A level results placed us in the top 25% of schools nationally. The school was previously granted speciality status for music and became an Academy in 2011.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service not only within the existing facilities, but also by developing and extending the service available to the 1,535 students on roll and 155 teaching and support staff. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for a minimum of three years in duration from 1 August 2024 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the school additional investment and a guaranteed return for the provision of catering services.
The number of days when the school will be open to students will be close to 190 days but varies depending on the spread of the term dates. It will typically be between 185 and 190 days (187 in 2023/24). On staff development days (5 in 2023/24) hospitality is required, as lunch will be provided for staff.
The contract offered covers the scope for the provision of all catering services within the school, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
Please see SQ Document for more information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 August 2029
This contract is subject to renewal
No
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 March 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 April 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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-Ashford:-School-catering-services./23DVP54YN4" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Ashford:-School-catering-services./23DVP54YN4
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/23DVP54YN4" target="_blank">https://litmustms.co.uk/respond/23DVP54YN4
GO Reference: GO-2024213-PRO-25165781
six.4) Procedures for review
six.4.1) Review body
Highworth Grammar School
Highworth Grammar School, Maidstone Road
Ashford
TN24 8UD
Country
United Kingdom