Section one: Contracting authority
one.1) Name and addresses
Waverley Education Foundation
311 Yardley Green Road, Bordesley Green East
Birmingham
B9 5QA
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
one.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./CVBN3STUQR
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
Waverley Education Foundation ~ 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 Waverley Education Foundation.
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
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
Waverley School is larger than the average-sized school. It is an all through school for pupils aged 4-19 currently there are circa 1,700 pupils on role and within Waverley Studio College a further 200 pupils.
Waverley School moved into a brand-new purpose-built facility in 2013 and has continued to thrive. It is the head teacher’s and governors’ aim to continue to build on this and wish to employ a suitably skilled, flexible and experienced catering contractor who will recognise 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.
The contract being offered will commence on 1 August 2021 for 3 years, with the potential to extend for up to a further 3 years and will be on a guaranteed performance basis.
The Supplier will be expected to introduce exciting new food concepts in partnership with the Client for the future. 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.
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.
The current cost of the contract including all FSMs is circa £300,000.00 plus VAT per annum.
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: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2021
End date
31 July 2027
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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/CVBN3STUQR
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
6 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 April 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./CVBN3STUQR
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/CVBN3STUQR
GO Reference: GO-202135-PRO-17888112
six.4) Procedures for review
six.4.1) Review body
Waverley Education Foundation
311 Yardley Green Road, Bordesley Green East
Birmingham
B9 5QA
Country
United Kingdom