UK-Birmingham: School catering services.

UK-Birmingham: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Kings Heath Boys School
Chamberlain Road, Kings Heath, Birmingham, B13 0QP, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.kingsheathboys.co.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://litmustms.co.uk/respond/269X3WV53Q
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: Kings Heath Boys 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 successful supplier will be required to provide catering and hospitality services for the Kings Heath Boys School.
II.1.5) Estimated total value:
Value excluding VAT: 800,000
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: Outstanding schools have a burning desire to get the best possible deal for children in every respect. They are places where the culture of achievement runs deep with clear vision in their commitments and wording that all the students work towards, throughout the academic year.
At Kings Heath Boys we have high expectations for all our students and we continually 'strive for excellence'. Our aim is to foster a happy, caring environment where students feel nurtured and safe to achieve the very best that they can. We are a stimulating, caring and diverse school with strong partnerships between the school, its students, their families, and the local community. Our students flourish because they feel supported, encouraged, and enthused by all around them.
We have high standards for students regarding attendance, punctuality, attitudes to learning and their willingness to take an active role in school life. This is testament to the wonderful staff at the school who strive to provide the highest quality teaching and learning, wider learning opportunities and individualised pastoral care.
We are delighted that from September 2024, we will be enrolling both boys and girls to our school as we become Kings Heath Secondary School. We have completed a great deal of work on our site and our curriculum to ensure that this is successful and that we continue to provide an excellent education to all of our students who will benefit from our excellent academic and pastoral provision.
Our ambitious curriculum prepares students for academic success and for life beyond school, whilst being balanced and appropriate to the individual needs of our learners.
Our values sit at the heart of our curriculum and empower each child to develop the attitudes and characteristics to thrive in every aspect of their lives. Our students strive for excellence in all aspects of life, becoming active participants in the school community, ready for the next stage of their education.
Leaders at all levels ensure that the school provides educational provision to the highest standard, having a positive impact on all students.


Kings Heath Boys School catering aims:
•To ensure that the whole school community understands the importance of a nutritionally balanced diet in promoting health. and wellbeing.
•To offer students and staff a range of value for money options, suitable for all customer’s budgets to maximise uptake of the catering service.
•To stimulate student interest in the service through promotions, variety, new foods, and links between to the curriculum

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of all catering services within the school. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a new food service offer with consistent high standards of food operations every day. The contract being tendered is for three years in duration from 1st of September 2024 until 31st of August 2027, with the option to extend for a further two years.

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: 800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2024 / End: 31/08/2029
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: 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: 12/04/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/04/2024
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-Birmingham:-School-catering-services./269X3WV53Q

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/269X3WV53Q
VI.4) Procedures for review
VI.4.1) Review body:
Kings Heath Boys School
Chamberlain Road, Kings Heath, Birmingham, B13 0QP, 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: 11/03/2024

Annex A