Tender

Rednal Hill Junior & Infant Schools ~ Catering Tender

  • Rednal Hill Junior & Infant Schools

F02: Contract notice

Notice identifier: 2021/S 000-026571

Procurement identifier (OCID): ocds-h6vhtk-02ef38

Published 22 October 2021, 6:14pm



Section one: Contracting authority

one.1) Name and addresses

Rednal Hill Junior & Infant Schools

Irwin Avenue, Rednal, Birmingham

West Midlands

B45 8QY

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.rednalhill-jun.bham.sch.uk/

one.3) Communication

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

https://litmustms.co.uk/respond/J9KFW57T4V

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

Rednal Hill Junior & Infant Schools ~ 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 Rednal Hill Junior & Infant Schools. Whilst the catering contract offered has both schools in scope, each governing body is entirely separate.

https://www.rednalhill-jun.bham.sch.uk/

https://www.rednalhill-inf.bham.sch.uk/

two.1.5) Estimated total value

Value excluding VAT: £930,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

WEST MIDLANDS (ENGLAND)

two.2.4) Description of the procurement

The contract will commence on 1 August 2022 for an initial period of three years, with the opportunity to extend for a further period of two years at the discretion of the different school governing bodies. This is the first time the market has been tested for the catering service.

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 shared 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 within both the schools, which currently include: Junior School breakfast and after school clubs, lunch on both sites, all hospitality and free issue requirements.

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. Suppliers’ thoughts regarding how to support the schools’ catering improvement objectives within the term of the initial contract are welcome. The schools are already ‘cashless’ with either ‘entitled’ parents, or a prepaid cash amount for each half-term’s meals, paid in advance via the online ‘SchoolMoney’ payment system.

The Client invites bidders to consider offers of appropriate capital investment.

NB: Please note that the successful contractor will pay a proportion of the procurement consultancy fee on award of this contract, which will be to the value of £5,250.00 plus VAT. This fee will be invoiced immediately after the 10 day standstill period. To ensure transparency, you will clearly show within your management fee a breakdown of this fee, over the initial three year length of the contract. The total fee will be paid by the successful contractor, in full to Litmus, by no later than Friday 3rd June 2022.

See SQ Document for further details.

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: £930,000

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

Start date

1 August 2022

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


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

10 December 2021

Local time

12:00pm

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

17 January 2022

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./J9KFW57T4V

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/J9KFW57T4V

GO Reference: GO-20211022-PRO-19120497

six.4) Procedures for review

six.4.1) Review body

Rednal Hill Junior & Infant Schools

Irwin Avenue

West Midlands

B45 8QY

Country

United Kingdom