The Litmus Partnership: Sir Graham Balfour School ~ Catering Services Tender

  The Litmus Partnership has published this notice through Delta eSourcing

Notice Summary
Title: Sir Graham Balfour School ~ Catering Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide catering services for Sir Graham Balfour School, , North Avenue, Stafford, ST16 1NR.
Published: 14/01/2022 16:33

View Full Notice

UK-Stafford: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Sir Graham Balfour School
             North Avenue, Stafford, ST16 1NR, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.sirgrahambalfour.co.uk/
             NUTS Code: UKG2
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/respond/6C66MJ9V2M
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Sir Graham Balfour School ~ Catering Services Tender       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      55524000 - School catering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The successful Supplier will be required to provide catering services for Sir Graham Balfour School, , North Avenue, Stafford, ST16 1NR.       
      II.1.5) Estimated total value:
      Value excluding VAT: 900,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKG2 Shropshire and Staffordshire
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for Sir Graham Balfour School.

We want our catering company to have all of the essential abilities and skills to provide an outstanding catering service to our students, staff and visitors at our school.

You should have the knowledge of how to provide exceptional dining experiences, be able to manage everyone around you and be able to address a concerning matter and take quick actions where required.

Providing a high quality and reliable catering service has a major effect on the whole learning experience for all our students, staff and visitors and this is why the School is passionate about having very high quality catering facilities, with excellent food choices which are nutritionally balanced for everyone. Having excellent customer care, the caterer should be polite, diplomatic and thoughtful while dealing with all our students, staff and visitors.

The way you operate in our school is crucial to ensure customer satisfaction and to encourage students continue to use the facilities and enjoy the mealtimes.

Your menus and pricing structure need to be clear to the students so that they can understand exactly what the offer is to them.
We are looking for a refreshing and innovative approach that reflects, amongst other things, the changing profile of student life and their food preferences and types and preferred styles of dining.

It’s essential to the school that the Suppliers bidding for this tender think broadly about all issues and not just the core catering service to compete and be successful in obtaining the contract of the school. We would like the Supplier to always be on the lookout for new ways of doing things, coming up with new solutions for many common problems.

Suppliers are requested to ensure they consider all the aspects of service delivery and think carefully about the catering requirements.
The school already knows that the successful provision of catering services is very much dependent on the development of a good working relationship between the Client of a facility and the Supplier’s catering manager and catering team on site. The Supplier is expected to use its best endeavours to cultivate such a relationship to benefit the smooth running of each establishment.

Key factors for the school are:
•A suitable and workable staffing structure to ensure that sufficient catering services will be provided every day
•Flexibility of service delivery
•What cover arrangements will be applied when inevitably some staff are off with illness
•Management involvement
•Monitoring of standards and service delivery
•Availability and responsiveness of management to any issues raised.

The new contract will commence on 1 September 2022, for an initial 3 year term with the option of additional 2 x 1 year extensions.
For the avoidance of doubt, TUPE Regulations will apply to this contract.

See SQ Document for further details.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2022 / End: 31/08/2027       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.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.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/02/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/03/2022       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=657700290
   VI.4) Procedures for review
   VI.4.1) Review body:
             Sir Graham Balfour School
       Stafford, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 14/01/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Stafford: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Sir Graham Balfour School
       North Avenue, Stafford, ST16 1NR, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.sirgrahambalfour.co.uk/
       NUTS Code: UKG2

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Sir Graham Balfour School ~ Catering Services Tender            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         55524000 - School catering services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The successful Supplier will be required to provide catering services for Sir Graham Balfour School, , North Avenue, Stafford, ST16 1NR.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 900,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG2 - Shropshire and Staffordshire
   
      Main site or place of performance:
      Shropshire and Staffordshire
             

      II.2.4) Description of the procurement: The successful Supplier will be required to provide catering services for Sir Graham Balfour School.

We want our catering company to have all of the essential abilities and skills to provide an outstanding catering service to our students, staff and visitors at our school.

You should have the knowledge of how to provide exceptional dining experiences, be able to manage everyone around you and be able to address a concerning matter and take quick actions where required.

Providing a high quality and reliable catering service has a major effect on the whole learning experience for all our students, staff and visitors and this is why the School is passionate about having very high quality catering facilities, with excellent food choices which are nutritionally balanced for everyone. Having excellent customer care, the caterer should be polite, diplomatic and thoughtful while dealing with all our students, staff and visitors.

The way you operate in our school is crucial to ensure customer satisfaction and to encourage students continue to use the facilities and enjoy the mealtimes.

Your menus and pricing structure need to be clear to the students so that they can understand exactly what the offer is to them.
We are looking for a refreshing and innovative approach that reflects, amongst other things, the changing profile of student life and their food preferences and types and preferred styles of dining.

It’s essential to the school that the Suppliers bidding for this tender think broadly about all issues and not just the core catering service to compete and be successful in obtaining the contract of the school. We would like the Supplier to always be on the lookout for new ways of doing things, coming up with new solutions for many common problems.

Suppliers are requested to ensure they consider all the aspects of service delivery and think carefully about the catering requirements.
The school already knows that the successful provision of catering services is very much dependent on the development of a good working relationship between the Client of a facility and the Supplier’s catering manager and catering team on site. The Supplier is expected to use its best endeavours to cultivate such a relationship to benefit the smooth running of each establishment.

Key factors for the school are:
•A suitable and workable staffing structure to ensure that sufficient catering services will be provided every day
•Flexibility of service delivery
•What cover arrangements will be applied when inevitably some staff are off with illness
•Management involvement
•Monitoring of standards and service delivery
•Availability and responsiveness of management to any issues raised.

The new contract will commence on 1 September 2022, for an initial 3 year term with the option of additional 2 x 1 year extensions.
For the avoidance of doubt, TUPE Regulations will apply to this contract.

See SQ Document for further details.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-001236
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 001236    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Aspens Services Limited, 06561073
             Ground Floor, Teme House, Whittington Road, Whittington, Worcester, WR5 2RY, United Kingdom
             NUTS Code: UKG12
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 540,266.9
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=710715567

   VI.4) Procedures for review

      VI.4.1) Review body
          Sir Graham Balfour School
          Stafford, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 03/08/2022