Section one: Contracting authority
one.1) Name and addresses
Milverton Primary School
Greatheed Road, Leamington Spa
Warwickshire
CV32 6ES
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.milvertonprimaryschool.co.uk/
one.1) Name and addresses
St Mary Immaculate Catholic Primary School, Warwick
Wathen Road, Warwick
Warwickshire
CV34 5BG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Internet address(es)
Main address
https://stmaryimmaculateschool.co.uk/
one.1) Name and addresses
Telford Infant School
Kelvin Road
Leamington Spa
CV32 7TE
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.telford-inf.warwickshire.sch.uk/web
one.1) Name and addresses
St Joseph’s Catholic Primary School, Whitnash
Rowley Road, Whitnash
Leamington Spa
CV31 2LJ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.sjcwhitnash.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/Z7E6PG7XJM
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
Leamington Primary School Cluster ~ 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 successful Supplier will be required to provide catering services for four Primary schools in and around the Leamington area.
two.1.5) Estimated total value
Value excluding VAT: £1,295,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
Main site or place of performance
Warwickshire
two.2.4) Description of the procurement
The four schools will all be set up as separate contracts, duration of the contracts being offered is three years commencing on April 1st 2025, and concluding on March 31st 2028 apart from Telford Infant School which will start on April 1st 2026 and conclude on March 31st 2029. The contracts will be on a guaranteed performance basis offering a fixed annual return and or subsidy to each school. There will be the option to extend the contract for a further term of two years.
It is expected that the successful contractor will have experience in providing food for pupils at similar sized schools and understand the requirements of the Healthy Eating in Schools (Nutritional Standards & Requirements).
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of all catering services within the schools. This includes breakfast clubs, hospitality for visitors and provision for inset days.
The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a new food service offer with consistent high standards of food operations within the schools. Regular customer and parental engagement will be required to ensure this is the case moving into the contract term.
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: £1,295,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
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
9 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 September 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-Warwickshire:-School-catering-services./Z7E6PG7XJM
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Z7E6PG7XJM
GO Reference: GO-202472-PRO-26775816
six.4) Procedures for review
six.4.1) Review body
Milverton Primary School
Greatheed Road, Leamington Spa
Warwickshire
CV32 6ES
Country
United Kingdom