Section one: Contracting authority
one.1) Name and addresses
Waverley Education Foundation
Waverley School, 311 Yardley Green Road
Birmingham
B9 5QA
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.waverley.bham.sch.uk/
Waverley Studio College
470 Belchers Lane
Birmingham
B9 5SX
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.waverleystudiocollege.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/D575F4BYS6
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: £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
Waverley School is larger than the average-sized school. It is an all through school for pupils aged 4-19 currently there are circa 1,800 pupils on role and within Waverley Studio College a further 250 pupils.
Waverley School moved into a brand-new purpose-built facility in 2013 and has continued to thrive. It is the Executive Principal’s and the Trustee’s 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, innovation 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 1st April 2024 for 3 years, with the potential to extend for up to a further 3 years and will be on a guaranteed performance basis.
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 Foundation. 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 both Schools.
Regular customer and parental engagement (using digital platforms and social media) will be required to ensure this is the case moving into the contract term.
These new standards of operation should meet the needs of the pupil’s moving forwards into this contract term. The current range of foods needs to be expanded along with the service provision. It is one of the objectives of this tender that the successful contractor will utilise a truly local supply chain to source all fresh produce, namely being:
Bakery Products
Meat
Fruit and Vegetables
Dairy Products
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 rooms and a more pleasant dining experience for both the students and staff. It is the expectation that the menus for both the Primary and Secondary Students will support and encourage uptake of the catering service.
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 terms and conditions of employment and recognition offered to the catering operatives should be both progressive and forward thinking ensuring that the staffing establishment is complete at all times and staff turnover is kept to a minimum.
The current cost of the contract including all UFSM’s and FSMs is circa £380.000.00 plus VAT per annum.
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: £2,280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2030
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
Accelerated procedure
Justification:
Contract start date
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
27 October 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 November 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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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./D575F4BYS6" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Birmingham:-School-catering-services./D575F4BYS6
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/D575F4BYS6" target="_blank">https://litmustms.co.uk/respond/D575F4BYS6
GO Reference: GO-2023106-PRO-24132236
six.4) Procedures for review
six.4.1) Review body
Waverley School
311 Yardley Green Road
Birmingham
B9 5QA
Country
United Kingdom