Section one: Contracting authority
one.1) Name and addresses
Paganel Primary School
Swinford Road
Birmingham
B29 5TG
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/respond/TB9K8X8NY4
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
Paganel 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 Paganel Primary School.
two.1.5) Estimated total value
Value excluding VAT: £465,355
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 Supplier will be required to provide Catering services for Paganel Primary School.
Paganel Primary School is situated in Selly Oak, South Birmingham, and currently has 338 children on roll.
Our whole school target is:
‘The Pursuit of Greatness’ this is underpinned by the core values of Respect, Enquire and Persevere
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 governing body. This is the first time the market has been tested for the catering service.
The School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful contractor to evidence, through their bid, how they shall support and complement its stated target. The School requires Year one Menus to be fully compliant with the Food for Life Silver standard, moving to Gold standard in Year two of the contract onwards.
The contract covers the scope for the provision of catering services within the School, which currently, lunch, all hospitality and free issue requirements. The School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, prepared on-site.
The School intends to focus heavily on healthy, fresh, seasonal, locally sourced produce and sees the catering service as an exciting opportunity to complement the overall student experience, through the regular introduction of new ingredients, themed and promotional events. The successful contractor will be required to play their part in acting as a catalyst for improvement of the pupil experience. Approximately 27% of the current pupil roll are Muslims, though at present there are no plans for a specific Halal catering provision.
The successful contractor will work closely with the School to manage the provision of catering and the overall ‘meal experience. Contractor’s thoughts regarding how to support the School’s strategic objective of being ‘cashless’ within the term of the initial contract are welcome.
The School invites bidders to consider offers of Capital Investment.
Currently Years 3-6 are charged £2.30 a day for a school meal. Reception, Year 1 and Year 2 are eligible for Universal Free School Meals, at no cost to the parents/carers
The contract includes a service on each of the 190 full academic days and by agreement for the 5 inset days. Annual catering revenue for the year ending 31st March 2021 was £93,071
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: £465,355
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
7 January 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 February 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-Birmingham:-School-catering-services./TB9K8X8NY4
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/TB9K8X8NY4
GO Reference: GO-2021113-PRO-19181337
six.4) Procedures for review
six.4.1) Review body
Paganel Primary School
Birmingham
Country
United Kingdom