Section one: Contracting authority
one.1) Name and addresses
Yardley Primary School
Harvey Road, Yardley
Birmingham
B26 1TD
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.yardleyprimary.org/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/Q6964K458F
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
Yardley 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 Yardley Primary School.
two.1.5) Estimated total value
Value excluding VAT: £213,000
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 school is a four-form entry primary school in Yardley, Birmingham, B26 1TD, with places for 840 pupils. Up to 120 pupils are admitted each September into the reception classes.
Success over the years has been based on good leadership from successive heads and governing bodies and the dedication and hard work of good teachers. The partnership we have with our parents and the exceptional support they give us is the other ingredient that allows us to do our best for children of our community.
Yardley Primary School agrees that school food standards provide an important nutritional safety net. We agree that all food and drink provided by or on behalf of the School shall comply with the school food standards legislation. Similarly, compliance to GDPR and allergen legislation are deemed critical to ensure the overall quality of the catering service is appropriate.
The guaranteed performance contract will commence on 1 April 2024 for an initial period of three years until 31 March 2027, with the opportunity to extend for a further period of two years at the discretion of the school governing body.
The Client expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared in the well-appointed kitchen on-site. The Client expects the successful Supplier to evidence, through their bid, how they shall support and complement their stated target. The Client requires year one menus to be fully compliant with the Food for Life Silver standard.
The contract covers the scope for the provision of catering services, which currently includes morning break, lunch, afternoon break, all hospitality and free issue requirements. There is a ‘before & after School Club’ that is managed directly by the School. Meals shall be charged at £2.40 on consumption for the first year of the contract, with hospitality and free issues at net cost.
The Client intends to focus heavily on healthy, fresh, seasonal, locally sourced produce and sees the catering service as an exciting opportunity to complement the overall pupil experience, through the regular introduction of new ingredients, themed and promotional events. The successful Supplier will be required to play their part in acting as a catalyst for improvement of the pupil experience.
The successful Supplier will work closely with the Client to manage the provision of catering and the overall ‘meal experience. The value of the current catering contract is circa £213K.
Contractor’s thoughts regarding how to support the schools’ catering improvement objectives within the term of the initial contract are welcome. The school has a ParentPay ‘cashless system’ and parents generally pay for a minimum of one week’s meals at a time, enabling planning of catering volumes, with pupils selecting their preferred option at the point of service.
The Client invites bidders to consider offers of appropriate capital investment.
Please see SQ document for more information.
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: £213,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
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
18 August 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 September 2023
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./Q6964K458F" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Birmingham:-School-catering-services./Q6964K458F
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Q6964K458F" target="_blank">https://litmustms.co.uk/respond/Q6964K458F
GO Reference: GO-2023711-PRO-23383750
six.4) Procedures for review
six.4.1) Review body
Yardley Primary School
Harvey Road, Yardley
Birmingham
B26 1TD
Country
United Kingdom