UK-Warwick: School catering services.

UK-Warwick: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Myton School
Myton Road, Warwick, CV34 6PJ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.mytonschool.co.uk/
NUTS Code: UKG13

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: Myton 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 Myton School.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 2,917,343

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKG13 - Warwickshire

Main site or place of performance:
Warwickshire


II.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.

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


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 000-032119



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: 26/05/2023

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)
Alliance in Partnership Limited, 03577003
One Southampton Row, London, WC1B 5HA, United Kingdom
NUTS Code: UKI
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: 60,000
Total value of the contract/lot: 2,917,343
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=796664605

VI.4) Procedures for review

VI.4.1) Review body
Myton School
Myton Road, Warwick, CV34 6PJ, 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: 19/07/2023