The Litmus Partnership: Thomas Mills High School ~ Catering Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Thomas Mills High School ~ Catering Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The school is presenting an exciting opportunity to partner with a Supplier who is able to deliver their vision of promoting the health and wellbeing of their circa 1030 pupils and 100 staff through the catering provision.
Published: 22/10/2024 10:01
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Framlingham: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Thomas Mills High School & Sixth Form
             Thomas Mills High School & Sixth Form, Saxtead Road, Framlingham, IP13 9HE, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://thomasmills.suffolk.sch.uk/
             NUTS Code: UKH14
      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/respond/659XM99F3N
      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: Thomas Mills High 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 school is presenting an exciting opportunity to partner with a Supplier who is able to deliver their vision of promoting the health and wellbeing of their circa 1030 pupils and 100 staff through the catering provision.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      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:
      UKH14 Suffolk
      
      II.2.4) Description of procurement: Thomas Mills High School & Sixth Form is a flourishing 11-18 high school situated in the historic town of Framlingham, Suffolk. We set high expectations of our pupils and, together with our well-qualified staff, this leads to excellent teaching and learning.

Pupils travel to the school from across east and central Suffolk, as well as south Norfolk, to experience an academic education of high quality.

The school is presenting an exciting opportunity to partner with a Supplier who is able to deliver their vision of promoting the health and wellbeing of their circa 1030 pupils and 100 staff through the catering provision. Current catering sales revenue is around £300k per annum, but there is considerable upside thought possible with some potential investment in the catering infrastructure.

The Client would like to see innovative delivery of emerging food trends that are seen on the high-street and in supermarkets that pupils frequent and therefore need to be reflective in the school dining environment. There is a need to maximise sales and uptake – this can be achieved by offering a dynamic and bespoke food offering at morning break and lunchtime. The ITT will investigate the addition of a breakfast service and the anticipated impact that this may make.

The key areas of focus for the successful service provider will include;

Fresh and innovative menus that are nutritionally balanced and appealing;
The best use of local seasonal produce;
Efficient and consistent speed of service with great customer interaction;
Sustainable solutions for food packaging;
Catering staff integration with the School community and support with Curriculum activities.
Identifying and potential funding of appropriate additions to the existing offer notably in terms of potentially funding and sourcing a new 6th form/ teacher facing offer in the 6th form hub


The Client expects the successful Supplier to evidence, through their bid, how they will deliver these focus areas.
The existing team have resilience and consistency in day to day production, but in order to produce the innovative and dynamic food offer required they will need to be supported by an engaged operational team that can demonstrate and upskill menu content to provide services that meet expectation.

Aside from the food, the environment in which the pupils engage with the catering offer is adequate but lacks some definition and merchandising, so the catering partners will need to consider what the requirements are to drive the whole pupil experience in the dining hall and other service areas.

With a contract start date of Summer 2025, the Supplier will need to consider how they will manage the mobilisation and launch the service in what should be an adequate mobilisation timetable.

The Client is seeking a catering service partner that has the ability and appetite to work flexibly and with complete transparency to deliver an exceptional standard of service and take on the development of a loyal and dedicated team. The contract will be for an initial three year-term, (with likely potential for further extension),

Litmus are in the process of concluding a consumer insight survey which looks in detail into current levels of satisfaction of the pupils of all ages and the staff, this data and insight report will feature in the ITT data for those shortlisted.

The catering tender presents an exciting time for the School and the Client is looking forward to developing a successful partnership with a service provider demonstrating the right cultural fit as well as hunger and appetite continuous improvement.
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2025 / End: 31/08/2030       
      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: 29/11/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/01/2025       
      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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-Framlingham:-School-catering-services./659XM99F3N

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/659XM99F3N
   VI.4) Procedures for review
   VI.4.1) Review body:
             Thomas Mills High School & Sixth Form
       Thomas Mills High School & Sixth Form, Saxtead Road, Framlingham, IP13 9HE, 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: 22/10/2024

Annex A


View any Notice Addenda

View Award Notice