UK-West Midlands: School catering services.

UK-West Midlands: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Kings Heath Primary School
Valentine Road, Kings Heath, Birmingham, West Midlands, B14 7AJ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://kingsheathprimary.com/
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.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: Kings Heath Primary 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 services for Kings Heath Primary School.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 800,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham

Main site or place of performance:
Birmingham


II.2.4) Description of the procurement: The successful Supplier will be required to provide catering services for Kings Heath Primary School.

Kings Heath Primary School has 635 pupils (2019-20 roll); there are entitled to 231 UFSM and 112 FSM

The School wishes to offer healthy eating options within the menu, to include equally for all diets in terms of quality and choice, encompassing omnivorous, vegetarian, vegan and halal diets. The menu should be based on the use of fresh ingredients and bakery products.
There are other objectives which the schools wish to achieve as a result of this tender process:
•The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.
•Increase the take up of meals for all, including paid meals, FSM and UIFSM.
•Engagement with the school community – when setting menus or introducing new product lines.
•Innovation and flexibility with the ability to ‘move with the times’ and recommend new service initiatives.
•An effective marketing campaign should be implemented including the organisation of a series of theme days throughout the year ~ a minimum of two each term.

•A key requirement is for the successful contractor to provide support, training and development to the onsite catering staff.
•The school wish the successful Supplier to be responsible for all administration relating to communicating with parents in respect of meal choice, booking meals and cash collection and to introduce a system of online payment for meals, similar to ParentPay and operated by the Supplier.
•To ensure that all hospitality is provided strictly at net cost of ingredients.
•Provide a pre order service for the school staff.

The chosen Supplier will have as a minimum The Soil Association Food for Life Silver Catering Award and aspire to reach Gold standard within 12 months.
The new contract will commence on 1 September 2021, for an initial 3 year term with the option of additional 2 x 1 year extensions.
The staff are currently employed by ABM, to manage and oversee the catering service and therefore TUPE Regulations including pension rights will apply to this contract.
The current value of the contract is approximately £160,000 per annum, which includes children, adult meals, children’s milk and limited hospitality .

Further details can be found within the SQ Document.

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: 2021/S 000-001265



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: 001265
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: 09/06/2021

V.2.2) Information about tenders
Number of tenders received: 6
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: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Taylor Shaw, 06576188
The Courtyard, Macclesfield, SK11 6ET, United Kingdom
NUTS Code: UKD6
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: Not Provided
Total value of the contract/lot: 909,655
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=614524889

VI.4) Procedures for review

VI.4.1) Review body
Kings Heath Primary School
Valentine Road, Kings Heath, Birmingham, West Midlands, B14 7AJ, 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: 28/07/2021