UK-Sutton: School catering services.

UK-Sutton: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Overton Grange School
Stanley Road, Sutton, SM2 6TQ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.overtongrange.sutton.sch.uk/
NUTS Code: UKI63

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Overton grange School ~ Catering Tender
Reference number: Not Provided

II.1.2) Main CPV code:
55524000 - School catering services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: The successful Supplier will be required to provide catering services for Overton Grange School, Stanley Road, Sutton SM2 6TQ. https://www.overtongrange.sutton.sch.uk/

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 205,552.78

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKI63 - Merton, Kingston upon Thames and Sutton

Main site or place of performance:
Merton, Kingston upon Thames and Sutton


II.2.4) Description of the procurement: Overton Grange School is a mixed 11-18 non-selective Secondary School in Sutton, South West London, which was opened in 1997. The School became an Academy in 2011. The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll, including 200 in the Vi form, and 145 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements, whilst remaining within all statutory guidance. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly, and to look for future opportunities to engage with users regarding feedback and quality of service. The contract being tendered is initially for three years in duration from 17th June 2023 to 17th June 2026 with an option to extend for a further period at the discretion of the client, and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Overton Grange School for the duration of this contract. The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days. The contract offered covers the scope for the provision of all catering services within the School, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost. It should be noted that Overton Grange is a nut free school, and no products which contain or may contain nuts can be used or sold on site. Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price. The value of the current contract is: - 2021/ 2022 Cash sales£296,223 Free School Meals £69,370 Hospitality£1,937 Total£367,530 Overton Grange School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time, therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor. As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Contractor’s tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing dining area. Please be advised that this contract will be let on a 3 + 2 years basis.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-031709



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 02/05/2023

V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
abm catering limited, 04168334
Eagle Court, Saltisford, Warwick, Warwickshire, CV34 4AF, United Kingdom
NUTS Code: UKG13
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,837,650
Total value of the contract/lot: 205,552.78
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=795295980

VI.4) Procedures for review

VI.4.1) Review body
Overton Grange School
Stanley Road, Sutton, SM2 6TQ, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 13/07/2023