Tender

Harborne Primary School ~ Catering Services Tender

  • Harborne Primary School

F02: Contract notice

Notice identifier: 2022/S 000-026105

Procurement identifier (OCID): ocds-h6vhtk-036938

Published 16 September 2022, 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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/6525257U3V

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

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.1.5) Estimated total value

Value excluding VAT: £1,220,000

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 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 is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,220,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

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

28 October 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 November 2022

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.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./6525257U3V

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/6525257U3V

GO Reference: GO-2022916-PRO-20972118

six.4) Procedures for review

six.4.1) Review body

Harborne Primary School

Birmingham

Country

United Kingdom