Section one: Contracting authority
one.1) Name and addresses
Chenderit School
Archery Road, Banbury
Oxfordshire
OX17 2QR
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
Internet address(es)
Main address
https://www.chenderit.northants.sch.uk/index.asp
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/GB536R6JEY
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
Chenderit 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 Client is presenting an exciting opportunity to partner with a Supplier who is able to deliver their vision of promoting the health and wellbeing of their circa 1100 pupils and 110 staff through the catering provision, alongside great initiatives to improve the service environment. Current catering sales revenue is around £250k per annum, but there is considerable upside thought possible.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
The opportunity arises with an accelerated timetable, due to the decision of the incumbent caterer to relinquish the contract to concentrate on its primary school estate.
The Client would like to see innovative delivery of emerging food trends that are seen on the high-street and in supermarkets that pupils frequent and therefore need to be reflective in the school dining environment. There is a need to maximise sales and this can
be achieved by offering a dynamic and bespoke food offering at breakfast, morning break and lunchtime.
The key areas of focus for the successful service provider will include;
Fresh and innovative menus that are nutritionally balanced and appealing;
-The best use of local seasonal produce;
-Efficient and consistent speed of service with great customer interaction;
-Sustainable solutions for food packaging;
-Catering staff integration with the School community and support with Curriculum activities.
-Identifying and potential funding of an additional sixth form café offer
The Client expects the successful Supplier to evidence, through their bid, how they will deliver these focus areas.
The existing team have resilience and consistency in day to day production, but in order to produce the innovative and dynamic food offer required they will need to be supported by an operational team that can demonstrate and upskill service and meet expectation.
Aside from the food, the environment in which the pupils engage with the catering offer is adequate but lacks some definition, so the catering partners will need to consider what the requirements are to drive the whole pupil experience in the dining hall.
With a contract start date of 1st January 2025, the Supplier will need to consider how they will manage the mobilisation and launch the service in what will be a tight timetable. This contract will run for three years with the opportunity to extend for a further two, twelve-month periods. .
The Client is seeking a catering service partner that has the ability and appetite to work flexibly and with complete transparency to deliver an exceptional standard of service and take on the development of a loyal and dedicated team.
The catering tender presents an exciting time for the School and the Client is looking forward to developing a successful partnership with a new service provider.
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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 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
Accelerated procedure
Justification:
Accelerated due to contract start date.
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
30 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 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-Oxfordshire:-School-catering-services./GB536R6JEY
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/GB536R6JEY
GO Reference: GO-202485-PRO-27266667
six.4) Procedures for review
six.4.1) Review body
Chenderit School
Archery Road, Middleton Cheney, Banbury
Oxfordshire
OX17 2QR
Country
United Kingdom