UK-Birmingham: School catering services.

UK-Birmingham: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Yardleys School
Reddings Lane, Tyseley, Birmingham, B11 3EY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.yardleys-vle.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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Birmingham:-School-catering-services./6QH3477D53
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: Yardleys 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 Yardleys School.
II.1.5) Estimated total value:
Value excluding VAT: 540,000
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: It is the head teacher’s and governors’ aim to employ a suitably skilled, flexible and experienced catering contractor who will be able to build on the changes that have taken place over the past few years, providing advice and expertise. This will be a major benefit to the school and will contribute significantly towards the Client’s ongoing objectives.

The contract covers the scope for the provision of all catering services, which also includes all hospitality and free issue requirements.

Yardleys School currently has approximately 930 pupils on role of which 36% are entitled to an FSM, there are also approximately 100 teaching and support staff working within the school.

The school three years ago has had a new extension built, which contains an additional catering service point.

The successful contractor will be expected to introduce an exciting new food concept in partnership with the Client for the future, in the both service areas. The proposed food concept should create an improved ambiance within the dining room and a more pleasant dining experience for both the students and staff.

Regular customer and parental engagement will be required to gain feedback to ensure this is the case moving into the contract term.

The contract being offered will commence on 1 January 2023 for 3 years, with the potential to extend for up to a further 3 years and will be on a guaranteed performance basis.

The Client has taken the decision that all meat served will be certified by the Halal Monitoring Committee (HMC UK). The Halal Monitoring Committee is an independent, not for profit, registered charity organisation whose main aim is to certify the production of genuine Halal food. HMC complies with the UK Laws for food production, as well as Islamic dietary compliance Laws. HMC promotes animal welfare, issues of food safety, hygiene and quality in compliance with UK Law and within the teachings of the Islamic faith. HMC works with companies who are involved in the production and supply of Halal food, to independently certify all products to provide assurance to the Muslim community that all food meets the high standards of Halal.

These new standards of operation should meet the needs of the pupils’ moving forwards into this contract term. The current range of foods needs to be expanded along with the service provision. It is one of the objectives of this tender that the successful contractor will utilise the local supply chain and farming” belt” in Warwickshire, Staffordshire and Worcestershire and surrounding areas to source all fresh produce, namely being:

Bakery Products
Meat
Fruit and Vegetables
Dairy Products

As you can appreciate, working with the local community is something that the Academy strives to do at all times and to this end we would like to ensure that all your fresh produce is sourced from Warwickshire, Staffordshire and Worcestershire local suppliers (within a 40-mile radius of the school). The HMC Halal butcher should be one known to the local community and be based locally.

Yardleys School also seeks to ensure that the catering operation will have the following objectives:

1. The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students

2. Providing continued value for money to the school ensuring that the students are consistently provided with a quality meal with reasonable portion sizes at a reasonable price.

3. A series of theme days are organised and run throughout the year with an exciting and robust marketing plan that is communicated effectively to both pupils, staff and parents alike.

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: 540,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2023 / End: 31/12/2028
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: 22/04/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/05/2022
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./6QH3477D53

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/6QH3477D53
VI.4) Procedures for review
VI.4.1) Review body:
Yardleys School
Reddings Lane, Tyseley, Birmingham, B11 3EY, 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: 15/03/2022

Annex A