Contract

Harborne Primary School ~ Catering Services Tender

  • Harborne Primary School

F03: Contract award notice

Notice identifier: 2023/S 000-011385

Procurement identifier (OCID): ocds-h6vhtk-036938

Published 20 April 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Harborne Primary School

Station Road, Harborne

Birmingham

B17 9LU

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.harborne.bham.sch.uk/

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

Harborne Primary School ~ Catering Services 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 Harborne Primary School.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,379,402.4

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 Harborne Primary School. The catering service provision at the schools has been operated by AiP 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. Harborne Primary School has 750 pupils (2021-22 roll), 810 (2022/3) 840 (2023/4)there are entitled to 360 UFSM/ July 2022 68 FSM Our ethos 1. To value children as individuals: celebrating their achievements and supporting their individual needs within a framework of equal opportunities. 2. To provide opportunities for social, moral, spiritual and cultural development so that children value and respect their own and other cultures. 3. To encourage children to accept personal responsibility for their own behaviour and to be caring and sensitive towards the needs of others and the environment. Our curriculum 4. To provide an exciting and relevant curriculum which motivates the children to learn, working both collaboratively and independently. 5. To promote high standards of achievement through careful planning and assessment of children’s progress, which maximises each child's individual potential. Our staff 6. To use the expertise of individual staff to encourage teamwork and promote quality teaching and learning. 7. To value all our staff and provide opportunities for their professional development. Our community 8. To promote a partnership between staff, parents, governors and the wider community, which enhances children’s learning. Resources 9. To match our available resources as efficiently and effectively as possible to curriculum and whole-school objectives. Premises 10.To consider carefully the use of space so as to provide an attractive, safe and stimulating learning environment. There are other objectives which the schools wish to achieve as a result of this tender process: 1.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students. 2.Increase the take up of meals for all, including paid meals, FSM and UIFSM. 3.School Council to work with the Chef, termly to express opinion about proposed menus. 4.Investment in the kitchen facilities. 5.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. 6.A key requirement is for the successful contractor to provide support, training and development to the onsite catering staff. 7.To ensure that all hospitality is provided strictly at net cost of ingredients. 8.Provide a pre order service for the school staff. The chosen Supplier will have as a minimum The Soil Association Food for Life Silver Catering Award and aspire to reach Gold standard within 12 months. The new contract will commence on 1 April 2023, for an initial 3year term with the option of additional 2 x 1 year extensions. The staff are currently employed by AiP, 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 £244k per annum, which includes children, adult meals, and limited hospitality . See SQ Document for further information.

two.2.5) Award criteria

Price

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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-026105


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 February 2023

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Alliance in Partnership Limited

One Southampton Row

London

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

03577003

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,220,000

Total value of the contract/lot: £1,379,402.4


Section six. Complementary information

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.

To view this notice, please click here:

https://litmustms.co.uk/delta/viewNotice.html?noticeId=776780885" target="_blank">https://litmustms.co.uk/delta/viewNotice.html?noticeId=776780885

GO Reference: GO-2023420-PRO-22587866

six.4) Procedures for review

six.4.1) Review body

Harborne Primary School

Birmingham

Country

United Kingdom