UK-Birmingham: School catering services.

UK-Birmingham: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Hodge Hill College
Bromford Road, Hodge Hill, Birmingham, B36 8HB, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hodgehill.bham.sch.uk/index.asp
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/tenders/UK-Birmingham:-School-catering-services./FY6N75NHAQ
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: Hodge Hill College & Braidwood School
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 both Hodge Hill College & Braidwood School.

Whilst there are two distinctly separate clients and contracts in this tender, both clients share the same kitchen and dining room facilities and both contracts shall be awarded to the same contractor.

Each client shall have their own specific operational requirements, and P&L to track the financial performance of their respective catering services.

It is anticipated that catering costs shall be allocated proportionately, based upon the number of meals served to each client.
II.1.5) Estimated total value:
Value excluding VAT: 1,105,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Hodge Hill College
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKG31 Birmingham

II.2.4) Description of procurement: Hodge Hill College: We are a large 11-16 co-educational school serving East Birmingham whose 2019 exam results place us within the top 300 state secondary schools for value added achievement.

Over the past eight years the school has undergone a major programme of works to update all facilities. We now boast state of the art science laboratories and food technology areas as well as upgraded art and design studios, music technology and ICT facilities. Our brand new 3G sports pitches feature the latest artificial pitch surfaces and are floodlit to allow all year-round usage.

In July 2020, we engaged the services of our architect to develop two exciting schemes. The first scheme is to develop plans for our much-needed Sports Hall and the second scheme is for a Sixth Form block which would allow the pupils of Hodge Hill to have access to post-16 education in their locality.
Together they represent an exciting vision for Hodge Hill College, its staff, pupils and the wider community. We do hope you will all support these developments and convince the City Council to support them by accessing central government funding to finance the building of the schemes.

Hodge Hill College and Braidwood School agree that school food standards provide an important nutritional safety net and agree that all food and drink provided by or on their behalf shall comply with the school food standards legislation. There shall be a shared menu between all pupils, jointly agreed by the different clients. Similarly, compliance to all GDPR and allergen legislation are deemed critical to ensure the overall quality of the catering service is appropriate.

The guaranteed performance contracts will commence on 1 August 2021 for an initial period of three years, each with the opportunity to extend for a further period of two years at the discretion of the college and School governing bodies.

The Clients expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared in the well-appointed kitchen on-site. The Clients expect the successful Supplier to evidence, through their bid, how they shall support and complement their stated target. The Clients require year one menus to be fully compliant with the Food for Life Silver standard.

The contracts cover the scope for the provision of catering services, which currently includes; morning break, lunch, all hospitality and free issue requirements. Meals shall be charged at £2.45 on consumption for the first year of the contract, with Free School Meals, hospitality and free issues at net cost. There are no Free Staff Meals.

The Clients intend to focus heavily on healthy, fresh, seasonal, locally sourced produce and sees the catering service as an exciting opportunity to complement the overall pupil experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience.

The successful Supplier will work closely with the Clients to manage the provision of catering and the overall ‘meal experience. The value of the current catering contract is circa £221k

Suppliers’ thoughts regarding how to support the college and School’s catering improvement objectives within the term of the initial contract are welcome. The catering service is currently cash only, however future plans to introduce cashless shall be discussed, post contract award, with the successful contractor.

Any 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 Schools’ discretion, subject to the method of obtaining the investment for the required equipment.
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: 1,105,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2021 / End: 31/07/2026
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: Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than five 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: LOT 1: To respond to this opportunity please click here: http://litmustms.co.uk/respond/FY6N75NHAQ
II.2) Description Lot No. 2

II.2.1) Title: Braidwood School
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKG31 Birmingham

II.2.4) Description of procurement: Braidwood Trust School for the Deaf: At Braidwood, we understand that realising the potential contained within each individual is the work of a lifetime. Every individual, and every situation has 'potential' and a myriad of outcomes are possible. We understand that respecting, supporting and caring for one another is the responsibility of everyone in our school. We therefore employ a Total Communication approach - using every means possible to communicate with one another through British Sign Language, Sign Supported English and speech.

It is important to us that all partners understand the very central role communication plays for our children and staff and makes best their endeavours in communicating clearly. Braidwood will deliver communication training support to all the successful supplier’s staff, to ensure that they can proactively communicate and engage effectively with our pupils.

We take a dynamic approach to protecting and promoting physical and emotional wellbeing and mental health that is inclusive of learners, parents, carers and staff. Our values include Honesty, Respect and Effort.

Hodge Hill College and Braidwood School agree that school food standards provide an important nutritional safety net and agree that all food and drink provided by or on their behalf shall comply with the school food standards legislation. There shall be a shared menu between all pupils, jointly agreed by the different clients. Similarly, compliance to all GDPR and allergen legislation are deemed critical to ensure the overall quality of the catering service is appropriate.

The guaranteed performance contracts will commence on 1 August 2021 for an initial period of three years, each with the opportunity to extend for a further period of two years at the discretion of the college and School governing bodies.

The Clients expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared in the well-appointed kitchen on-site. The Clients expect the successful Supplier to evidence, through their bid, how they shall support and complement their stated target. The Clients require year one menus to be fully compliant with the Food for Life Silver standard.

The contracts cover the scope for the provision of catering services, which currently includes; morning break, lunch, all hospitality and free issue requirements. Meals shall be charged at £2.45 on consumption for the first year of the contract, with Free School Meals, hospitality and free issues at net cost. There are no Free Staff Meals.

The Clients intend to focus heavily on healthy, fresh, seasonal, locally sourced produce and sees the catering service as an exciting opportunity to complement the overall pupil experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience.

The successful Supplier will work closely with the Clients to manage the provision of catering and the overall ‘meal experience. The value of the current catering contract is circa £221k

Suppliers’ thoughts regarding how to support the college and School’s catering improvement objectives within the term of the initial contract are welcome. The catering service is currently cash only, however future plans to introduce cashless shall be discussed, post contract award, with the successful contractor.
Any 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 Schools’ discretion, subject to the method of obtaining the investment for the required equipment.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2021 / End: 31/07/2026
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: Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than five 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: LOT 2: To respond to this opportunity please click here: https://litmustms.co.uk/tenders/UK-Birmingham:-School-catering-services./CV2MNU8N8T


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: 15/01/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/02/2021
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./FY6N75NHAQ

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/FY6N75NHAQ
VI.4) Procedures for review
VI.4.1) Review body:
Hodge Hill College
Bromford Road, Hodge Hill, Birmingham, B36 8HB, 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: 18/11/2020

Annex A