UK-Chipping Norton: Catering services.

UK-Chipping Norton: Catering services.
Section I: Contracting Authority
I.1) Name and addresses
Kingham Hill School
Kingham, Chipping Norton, OX7 6TH, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.kinghamhill.org.uk/home
NUTS Code: UKJ14
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Chipping-Norton:-Catering-services./C24982F47X
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Kingham Hill School ~ Catering Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
55520000 - 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 Kingham Hill School.
II.1.5) Estimated total value:
Value excluding VAT: 3,600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: Founded in 1886, Kingham Hill is a small co-educational independent day and boarding school for children aged 11 - 18 set in 100 acres of beautiful grounds in the heart of the Oxfordshire Cotswolds.

There is a tangible sense of friendliness and unity in Kingham Hill School where all pupils are known and nurtured.

With just over 340 pupils, the school remains deliberately small, as this allows the school to sustain a caring, home-from-home community where every child is supported, challenged and inspired.

The school provides an excellent education within top-class learning facilities where every pupil has endless opportunities to learn, excel and realise their potential. Kingham Hill prioritises individual development beyond the classroom to ensure pupils leave us as rounded young adults who will become happy and successful in their future lives. There is a five-day teaching week and once lessons have finished, there is time for sport and activities every afternoon, with day and boarding pupils integrating seamlessly across the range of school life.

Last year, The Telegraph listed Kingham Hill as a 'Top Small Independent School' for highest A level results which is testament to the quality of teaching provision here at the school. Within the Good schools guide Kingham Hill is described as '...a supportive community of pupils and teachers treating each other with respect and kindness in this area of outstanding natural beauty.

Kingham Hill has great strengths and it is the Headteacher’s and Governors aim to build on these strengths by the employment of a suitably skilled and experienced catering contractor which operates within the independent sector who will be proactive in providing advice and expertise. The Contractor will have the opportunity to introduce an improved food offer whilst understanding the profile and usage of the existing facilities. They will also be expected to introduce an exciting new food concept for the future and vary this during the course of the academic year.

Although cost is an important consideration, more important is the provision of a quality service, therefore the successful contractor must be able to demonstrate a track record of delivering a high-quality catering provision and support services within the independent sector, whilst ensuring that ‘best value’ is achieved by the school.

Working with the local community is something that Kingham Hill strives to do at all times and to this end we would like to ensure that all your fresh produce is sourced from local suppliers (within a 40-mile radius of Kingham Hill). Please note that this is an important part of your tender response and the use of local suppliers will be closely monitored as will flexibility in your supply chain:

It is also important that the service continues to evolve, so the successful contractor will need to demonstrate a high degree of innovation to ensure that this is achieved with a local management team that are proactive and dynamic in their approach and have the experience of delivering a quality catering provision within the challenges of budgetary constraint.

We will expect the on-site catering team at the school to receive support and training commensurate with the standard and level of catering provision that the school expects as an output of this tender.

Please see the SQ document for more information.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
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
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/12/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/01/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.

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-Chipping-Norton:-Catering-services./C24982F47X

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/C24982F47X
VI.4) Procedures for review
VI.4.1) Review body:
Kingham Hill School
Kingham, Chipping Norton, OX7 6TH, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/11/2021

Annex A