Section one: Contracting authority
one.1) Name and addresses
Thornton Primary School
Thornton Road
Birmingham
B8 2LQ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.thornton.bham.sch.uk/website/contact/143142
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/563N22U65H
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
Thornton 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 Thornton Primary School.
two.1.5) Estimated total value
Value excluding VAT: £750,000
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 Supplier will be required to provide Catering services for Thornton Primary School.
The catering service provision at the schools has been operated by Miquill and has not been market tested for 3 years. To ensure Best Value principles are applied the Headteacher and School Governors have made a decision to tender the catering service.
Thornton Primary School has 480 pupils (2024-25 roll); there are entitled to 240 FSM
The Vision:
At Thornton Primary School every child is just as important as the next. In short, every child matters. Everyone at Thornton is committed to providing a caring and friendly school, a happy place to learn because happy children make engaged learners.
Thornton Primary School is an inclusive community and we promote tolerance and respect for all. We value the individual contributions our pupils bring to school and we encourage and support them to fulfil their potential.
Our aim as a school is to provide a warm, friendly, atmosphere in a safe, caring environment, where children will be happy and successful. To achieve this, it is important that the school and home work positively together in partnership. This partnership is built through a regular dialogue between parents, child and school.
The School wishes to offer healthy and nutritious eating options within the menu, to include equally for all diets in terms of quality and choice, encompassing omnivorous, vegetarian, vegan and halal diets. The menu should be based on the use of fresh ingredients and bakery products.
There are other objectives which the schools wish to achieve as a result of this tender process:
1.The provision of a healthy balanced and flexible menu that meets nutritional guidelines and reflects the school’s diversity. enjoyed by our students.
2.Increase the take up of meals for all, including paid meals and FSM.
3.An effective marketing campaign should be implemented including the organisation of a series of theme days throughout the year ~ a minimum of two each term.
4.Attend termly parent evenings to promote the catering service.
5.To ensure that all hospitality is provided strictly at net cost of ingredients.
6.Provide a pre order service for the school staff.
The new contract will commence on 1 September 2025, for an initial 3year term with the option of additional 2 x 1 year extensions.
The staff are currently employed by Miquill, to manage and oversee the catering service and therefore TUPE Regulations including pension rights will apply to this contract.
The current value of the contract is approximately £150,000 per annum, which includes children, adult meals, and limited hospitality
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: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/563N22U65H
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
31 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 March 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./563N22U65H
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/563N22U65H
GO Reference: GO-20241125-PRO-28644263
six.4) Procedures for review
six.4.1) Review body
Thornton Primary School
Thornton Road
Birmingham
B8 2LQ
Country
United Kingdom