Opportunity

Myton School ~ Catering Tender

  • Myton School

F02: Contract notice

Notice reference: 2022/S 000-032119

Published 11 November 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Myton School

Myton Road

Warwick

CV34 6PJ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

Internet address(es)

Main address

https://www.mytonschool.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/tenders/UK-UK-Warwick:-School-catering-services./B83A2JQ6DE

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

Myton 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 successful Supplier will be required to provide catering services for Myton School.

two.1.5) Estimated total value

Value excluding VAT: £60,000

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

Myton School is a large secondary school within Warwick and it is expected that during the time of this contract the number of pupils on role will continue to grow.

The contract covers the scope for the provision of all catering and hospitality services within the School, which also includes all free issue requirements.

The duration of the contract being offered is three years commencing on 1 August 2023 and concluding on 31 July 2026.

The contract being offered within this tender will be based on a guaranteed performance basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.

It is expected that the contract will continue to run on a profit return with no subsidy ~ there is no subsidy associated with the contract.

The School are looking for the successful tenderer to provide inward capital investment to refresh and rejuvenate the catering facilities, thus improving on the current provision and ensuring that the amount of time spent queuing by pupils is reduced within all break periods. It is also hoped that an exterior food service point can be established.

The quality of food provision will be critical and your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 20 miles from the School. It is expected that menus will feature and utilise products in season when available.

Customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response your methodology to this will need to be detailed along with examples of where this has been undertaken within similar contracts recently.

The successful contractor should have similar operations within the local area, thus ensuring that the Operational Management Team responsible for the contract are available for regular unplanned visits and support for the contract, and that coverage for any planned or unplanned leave from within the establishment staffing structure can be easily provided.

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: £60,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2026

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

two.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/B83A2JQ6DE


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

16 December 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 January 2023

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.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-Warwick:-School-catering-services./B83A2JQ6DE

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/B83A2JQ6DE

GO Reference: GO-20221111-PRO-21422500

six.4) Procedures for review

six.4.1) Review body

Myton School

Myton Road

Warwick

CV34 6PJ

Country

United Kingdom