UK-Harborne: School catering services.

UK-Harborne: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Queen Alexandra College
Court Oak Road, Harborne, B17 9TG, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.qac.ac.uk/
NUTS Code: UKG31
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://www.delta-esourcing.com/tenders/UK-UK-Harborne:-School-catering-services./Z5ZY46568Z
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: Queen Alexandra College ~ 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 Queen Alexandra College (QAC).
II.1.5) Estimated total value:
Value excluding VAT: 1,869,000
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:
UKG31 Birmingham

II.2.4) Description of procurement: The successful Supplier will be required to provide Catering services for Queen Alexandra College (QAC).
QAC can trace its history back to 1847 when the General Institution for the Blind was founded by Mary Badger and Elizabeth Harrold.
We are a national residential College and charity that supports a diverse range of student abilities and needs based in Birmingham. We offer courses for young people aged 16-25yrs as well as employment focused and supported living programmes.
Our mission statement is to create challenging learning opportunities for people with visual impairment and/or other disabilities to realise their potential to work and to live independently.
The ethos and culture at QAC are underpinned by the principles of Equality, Diversity and Inclusion and we are proud to have achieved and retain accreditation in both Investors in Diversity and Investors in People (Silver). We were awarded the prestigious Leaders in Diversity award in Nov 2021 and continue our journey to be even better leaders in diversity.
The contract covers the scope for the provision of all catering services within the College, including hospitality and free issue requirements.
The duration of the contract offered is three years commencing on 1 April 2024, concluding on 31 March 2027, with the opportunity to extend by up to an additional two years at the discretion of the governing body. There are 183-185 academic days each year, plus 15 teacher training days within which a limited catering service is required. During academic days circa 220 student meals are served per day @ £2.20, plus circa 76 staff meals at £2.20.
The contract is offered on a ‘guaranteed performance’ basis. Currently Cash Meal Deals are at a maximum of £3.20 for pupils and £3.70 for staff, with Free School Meals for approximately 50% of pupils charged on consumption with margin applied. Hospitality and free issues are recharged on consumption at “net” food cost only.
During academic days squash, tea, coffee and chocolate drinks are provided daily for circa 220 students between 10:15 and 10:45am and an additional 120 students in the afternoon between 14:00 and 14:15. Additionally, four staffroom areas and two offsite staffroom areas are to be provisioned with supplies of tea, herbal tea, instant coffee, milk & sugar to support a total of 300 staff.
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 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 College’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. 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 or Further Education environment and ensure that the Operational Management Team responsible for the contract is available for regular visits and support for the contract. See 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: 1,869,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2029
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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Z5ZY46568Z


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: 23/06/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/08/2023
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-Harborne:-School-catering-services./Z5ZY46568Z

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Z5ZY46568Z
VI.4) Procedures for review
VI.4.1) Review body:
Queen Alexandra College
Harborne, 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: 16/05/2023

Annex A