Tender

Waverley Education Foundation ~ Catering Tender

  • Waverley Education Foundation

F02: Contract notice

Notice identifier: 2021/S 000-004420

Procurement identifier (OCID): ocds-h6vhtk-029899

Published 5 March 2021, 9:24am



Section one: Contracting authority

one.1) Name and addresses

Waverley Education Foundation

311 Yardley Green Road, Bordesley Green East

Birmingham

B9 5QA

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.thewef.org.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-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