UK-Evesham: School catering services.

UK-Evesham: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Bredon Hill Academy
Elmley Rd, Ashton under Hill, Evesham, WR11 7SW, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.bredon.worcs.sch.uk/
NUTS Code: UKG1
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/M32C5D968T
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: Bredon Hill Academy ~ 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: Bredon Hill Academy, is a middle school in Worcestershire in the village, of Ashton Under Hill, 4 miles from Evesham.
II.1.5) Estimated total value:
Value excluding VAT: 585,000
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:
UKG1 Herefordshire, Worcestershire and Warwickshire

II.2.4) Description of procurement: Bredon Hill Academy, is a middle school in Worcestershire in the village, of Ashton Under Hill, 4 miles from Evesham.
Bredon Hill Academy takes pride in its strong sense of community and collaboration. At Bredon Hill, we aim to provide our pupils with an education which offers a rich and ambitious curriculum combined with a wide range of extra-curricular opportunities. Our positive working ethos is embedded into all that we do, supporting our pupils to be inquisitive, creative and confident learners. We value each of our pupils, nurturing and encouraging them to reach their potential.
We value learning as a lifelong experience. We believe in challenging pupils in every activity that they undertake and that they perform best when they are educated in a safe environment. Our staff care about our pupils and take time to listen to their views.
The school has an ethos of personal achievement, responsibility and leadership combined with mutual respect for all members of our community. We celebrate the many talents and skills that each and every pupil brings to our school.
We provide all pupils with opportunities to develop their individual character and believe that a strong and supportive partnership with parents is crucial to pupils’ happiness and success. This is achieved through regular communication about progress and an excellent pastoral care system.
The academic standards of the school are high and superb extra-curricular opportunities complement learning during the school day. Our community prides itself on high standards of behaviour.
BHA is a delightful place to teach and has dedicated, well qualified specialist staff and ambitious, talented and hardworking pupils educated to meet the challenges they will face in an ever-changing world.
We are an open and welcoming school with an enormous amount to offer, not least our enviable rural location
The contract covers the scope for the provision of all catering services within the school, which also includes all hospitality and free issue requirements. The contract awarded will be on a guaranteed performance basis
The duration of the contract being offered is three years commencing on 1 April 2024 and concluding on 31 March 2027, with the potential for an extension of up to a further two one year periods, on the same terms and conditions without the right to further extend.




The recharge of all FSM’s is to be based on the agreed costs and charged monthly in arrears based on uptake numbers.

The Client wishes for the successful contractor to be able to offer a consistently high standard of food across the school during the course of this contract term demonstrating innovation, a passion for food and flair
The school the wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.
Working with the local community is something that the school 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 30-mile radius of the school): details should be included within your submission. Providence of supply is important and all ingredients should be of ‘prime quality’ The School also wishes to achieve as a result of this tender process;
1.Experienced and insightful contract management to promote good levels of communication and engagement with the school.
2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.
3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.
4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.
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: 585,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2027
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: 25/08/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/10/2023
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-Evesham:-School-catering-services./M32C5D968T

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/M32C5D968T
VI.4) Procedures for review
VI.4.1) Review body:
Bredon Hill Academy
Evesham, 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: 18/07/2023

Annex A