Section one: Contracting authority
one.1) Name and addresses
Joseph Chamberlain Sixth Form College
1 Belgrave Road
Birmingham
B12 9FF
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./ACC94RE2M4
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
Joseph Chamberlain Sixth Form College ~ 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 Joseph Chamberlain Sixth Form College.
two.1.5) Estimated total value
Value excluding VAT: £2,280,000
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 tenderer will be required to provide all catering services within Joseph Chamberlain Sixth Form College, which also includes all hospitality and free issue requirements (bursary meals).
The contract being tendered is for three years in duration from 1 September 2022 until 31 August 2025, there will be the option to extend the contract for a further period of three years on a 1 + 1 + 1 basis on the same terms and conditions excluding the right to further extend beyond six years in duration.
The contract being offered will be guaranteed performance in nature and will be detailed within the tender documentation.
The contract operates on a budgeted fiscal return including the inclusion of Bursary Sales. For the academic year 2021/22 they are approx. 2.500 students on role within Joseph Chamberlain Sixth Form College of which, approx. 1000 students entitled to a bursary meal. It is expected the total value of these bursary meals in this current year will be approx. £380,000. Details on the recharging of bursary meals will be given in detail within the tender specification.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of all catering services within the College. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a new food service offer with consistent high standards of food operations across all services.
These new standards of operation should meet the needs of the students and staff alike moving forwards into this contract term, recognising that different food offers and menus will be required for each service area. It is our aim to enhance the use of local suppliers for all fresh foods which should include, fruit and vegetables, dairy products, eggs, meat and bakery products. 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. Halal food meets all food safety, hygiene and quality regulations in compliance with UK Law and within the teachings of the Islamic faith. The Halal Monitoring Committee 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 range of foods needs to be expanded. Regular customer engagement with both students and staff will be required to ensure this is the case moving into the contract term.
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: £2,280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2028
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
19 November 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 December 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./ACC94RE2M4
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/ACC94RE2M4
GO Reference: GO-2021107-PRO-19035148
six.4) Procedures for review
six.4.1) Review body
Joseph Chamberlain Sixth Form College
1 Belgrave Road
Birmingham
B12 9FF
Country
United Kingdom