Section one: Contracting authority
one.1) Name and addresses
Hall Green School
Southam Road, Hall Green
Birmingham
B28 0AA
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.hallgreen.bham.sch.uk/
one.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./YB33RR3A9D
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hall Green School ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful supplier will be required to provide catering services at Hall Green School.
Hall Green is a popular, vibrant and successful School with a track record of high standards and successful outcomes for pupils of all backgrounds and ability. The diversity of the School population enriches the lives of all of the community and has earned the School an enviable reputation for inclusion.
two.1.5) Estimated total value
Value excluding VAT: £616,116
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
Hall Green School Governors and staff are committed to providing the very best for the children in their care.
The contract being tendered is for three years in duration from 1 August 2021 until 31 July 2024 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the School for the duration of this contract.
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing Body are not obliged to accept the lowest price.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the teaching and support staff and students on roll, all of whom have a focus on the introduction of exciting new food concepts to satisfy a wide range of tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract offered covers the scope for the provision of all catering services within School, which currently includes breakfast, morning break, lunch and all hospitality and free issue requirements. Free Student meals and hospitality will be charged based on consumption and at net food cost.
The School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School also expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Keeping Children Safe in Education.
Hall Green School believes that success should be celebrated and that students should enjoy their time at School; if lessons are stimulating and challenging then students will love learning. Much time, therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor.
Due to the recent establishment that capital depreciation constitutes an embedded finance lease, inward capital investment is not a requirement of this tender. Finance leases are strictly prohibited by the Academies Handbook and thus entering into such an agreement would mean that Schools are in breach of their funding agreements.
It is appreciated that a level of investment may be identified as a requirement of your bid and therefore bidders are encouraged to provide details of such requirements by providing detailed information of the equipment necessary within their tender response, to include the equipment make, model and cost and also a justification of how this equipment will assist in fulfilling the proposal and potential of the service.
As a School who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding capital investment as part of the Contractor’s tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing catering areas, with attention being given to a High Street style, retail focussed offer which attracts current non-users of the facilities.
Please see the supporting SQ Document for more details and the schools objectives.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £676,116
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2021
End date
31 July 2024
This contract is subject to renewal
No
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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./YB33RR3A9D
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/YB33RR3A9D
GO Reference: GO-202118-PRO-17616460
six.4) Procedures for review
six.4.1) Review body
Hall Green School
Southam Road, Hall Green
Birmingham
B28 0AA
Country
United Kingdom