Tender

Leamington Primary School Cluster ~ Catering Tender

  • Milverton Primary School
  • St Mary Immaculate Catholic Primary School, Warwick
  • Telford Infant School
  • St Joseph’s Catholic Primary School, Whitnash

F02: Contract notice

Notice identifier: 2024/S 000-020116

Procurement identifier (OCID): ocds-h6vhtk-04791e

Published 2 July 2024, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Milverton Primary School

Greatheed Road, Leamington Spa

Warwickshire

CV32 6ES

Email

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

Email

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

Email

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

Email

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