Opportunity

Kings Heath Primary School ~ Catering tender

  • Kings Heath Primary School

F02: Contract notice

Notice reference: 2021/S 000-001265

Published 21 January 2021, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

Kings Heath Primary School

Valentine Road, Kings Heath, Birmingham

West Midlands

B14 7AJ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://kingsheathprimary.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/R977UFCFBD

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

Kings Heath Primary 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 for Kings Heath Primary School.

two.1.5) Estimated total value

Value excluding VAT: £800,000

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

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.

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: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

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

22 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

15 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-West-Midlands:-School-catering-services./R977UFCFBD

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/R977UFCFBD

GO Reference: GO-2021121-PRO-17674430

six.4) Procedures for review

six.4.1) Review body

Kings Heath Primary School

Valentine Road, Kings Heath, Birmingham

West Midlands

B14 7AJ

Country

United Kingdom