UK-Birmingham: School catering services.

UK-Birmingham: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.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: 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.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 821,441.75

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKG3 - West Midlands

Main site or place of performance:
West Midlands


II.2.4) Description of the 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:
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 000-018895



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: 20/01/2023

V.2.2) Information about tenders
Number of tenders received: 3
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, 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: 1,220,000
Total value of the contract/lot: 821,441.75
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=776197511

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.4.3) 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: 18/04/2023