UK-Birmingham: School catering services.

UK-Birmingham: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Bordesley Green Girls School & Sixth Form
Bordesley Green Road, Birmingham, B9 4TR, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.bordgrng.bham.sch.uk/index.asp
NUTS Code: UKG3
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-Birmingham:-School-catering-services./5DURF62849
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: Bordesley Green Girls School & Sixth Form ~ 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 Bordesley Green Girls School & Sixth Form.

We are proud of our students and of our school; our Progress 8 results put us in the top 15% of schools nationally.

Our (circa) 1000 pupils are rightly ambitious and they go on from our Sixth Form pupils to the UK's top universities or to apprenticeships in some of the country's leading companies. We work hard every day to ensure our pupils receive the very best state education available and to encourage them to believe in themselves.
II.1.5) Estimated total value:
Value excluding VAT: 1,220,000
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:
UKG3 West Midlands

II.2.4) Description of procurement: Our school catering is composed of the main school kitchen and a satellite service (only) point providing food to our circa 380 sixth form students. Whilst sixth formers can leave the site with parental approval, in practise few do. Our students have a clearly defined understanding of the compliant style of HMC Halal orientated food that they enjoy and expect to have provided at School. The successful catering contractor shall understand this requirement, through facilitated engagement with student representatives.

The contract covers the scope for the provision of all catering services within the School, including hospitality and free issue requirements.
The duration of the contract offered is three years commencing on 1 April 2023, concluding on 31 March 2026, with the opportunity to extend by up to an additional two years at the discretion of the governing body.

The contract is offered on a ‘guaranteed performance’ basis. Currently Cash Meal Deals are at a maximum of £2.40, with Free School Meals for approximately 37% of pupils are charged on consumption at ‘’net’’ food cost, with no margin applied. Hospitality and free issues are also recharged on consumption at “net” food cost only.

There is a single lunch break each day of (55 minutes, 12:10 – 13:05 Wednesdays) to an hour duration each other day. Sixth formers are allowed off site, with written parental consent, however typically few pupils take advantage of this opportunity.

It is appreciated that a level of investment may be identified as a requirement of your bid, and therefore bidders are encouraged to provide detailed information of any equipment felt necessary. Bidders must provide the equipment make, model and cost and also a justification of how this equipment will assist in fulfilling the proposal and potential of the service. All investment suggested must be fully justified within the Service Development and Finance sections of your Bidder Response. The level of investment provided will be at the School’s discretion, subject to the method of obtaining the investment for the required equipment.

The quality of food provision will be critical and indeed your organisation must be flexible enough to source bakery, meat, fruit and vegetables and dairy products through local suppliers based no more than 25 miles from the School. It is expected that menus will feature and utilise products in season.

Customer engagement will be fundamental to the continuous improvement in the service provision and within your tender response your methodology to achieve this will be detailed along with examples of where this has recently been undertaken within similar contracts.

The successful contractor should have experience of a similar style of operations in a local Secondary School environment and ensure that the Operational Management Team responsible for the contract is available for regular visits and support for the contract. Suitable coverage is required for any planned or unplanned leave from within the establishment staffing structure.

An NRS/Civica biometric cashless system is already in operation, there are three tills in the main School dining area, and additional two in the sixth form dining area. There are no active cash loaders, with 100% of transactions being facilitated via ParentPay, either directly by parents or via school reception.

There are ample Plasma screens to support dynamic promotional activities.

The successful Supplier will work closely with the Client to manage the provision of catering and the overall ‘meal experience. The value of the catering contract was £244K for the period 1st April 2021 to 31st March 2022.

NB: Please note that the successful contractor will pay a proportion of the procurement consultancy fee on contract award, which will be £3,000.00 plus VAT.

See SQ Document for more details.
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: 1,220,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2023 / End: 31/03/2028
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: 19/08/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/10/2022
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-Birmingham:-School-catering-services./5DURF62849

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/5DURF62849
VI.4) Procedures for review
VI.4.1) Review body:
Bordesley Green Girls School & Sixth Form
Bordesley Green Road, Birmingham, B9 4TR, 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: 11/07/2022

Annex A