Section one: Contracting authority
one.1) Name and addresses
Myton School
Myton Road
Warwick
CV34 6PJ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region 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