Section one: Contracting authority
one.1) Name and addresses
Broadway Academy
Broadway Academy, The Broadway, Perry Barr
Birmingham
B20 3DP
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
https://www.broadway-academy.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/V65U5E38XB
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
Broadway Academy ~ 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 tenderer will be required to provide catering services at Broadway Academy.
two.1.5) Estimated total value
Value excluding VAT: £840,000
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 successful tenderer will be required to provide catering services at Broadway Academy.
The contract covers the scope for the provision of all catering services within the Academy, which also includes all hospitality and free issue requirements.
The duration of the contract being offered is three years commencing on 1st August 2025 and concluding on 31st July 2028, with the potential for an extension of up to a further three years.
The contract being offered within this tender will be based on a guaranteed performance basis with all free issue requirements and hospitality being recharged on consumption at “net” food cost only.
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 Academy. 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 service points.
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.
The current service provision includes mid-morning break and lunch service utilising various service points, and it is hoped that a provision will be made for serving n for magic breakfast will be in place during November 2024 – this being charged on consumption at “net” food cost only.
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 within Birmingham to source all fresh produce, namely being:
Bakery Products
Meat ~ HMC Halal
Fruit and Vegetables
Dairy Products
The approximate contract cost per annum is £140,000.00 plus VAT.
The successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and also within the successful contractor’s organisation, thus working to deliver the Academies environmental policies. Your approach to sustainability should mirror that of Academy.
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 always complete, and staff turnover is kept to a minimum.
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: £840,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2025
End date
31 July 2031
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
13 December 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 January 2025
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./V65U5E38XB
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/V65U5E38XB
GO Reference: GO-2024117-PRO-28443028
six.4) Procedures for review
six.4.1) Review body
Broadway Academy
Broadway Academy, The Broadway, Perry Barr
Birmingham
B20 3DP
Country
United Kingdom