Skip to main content.

The Litmus Partnership: Harborne Primary School ~ Catering Services Tender

  The Litmus Partnership has published this notice through Delta eSourcing

Notice Summary
Title: Harborne Primary School ~ Catering Services Tender
Notice type: Contract Award Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide Catering services for Harborne Primary School.
Published: 20/04/2023 14:34

View Full Notice

UK-Birmingham: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Harborne Primary School
       Station Road, Harborne, Birmingham, B17 9LU, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.harborne.bham.sch.uk/
       NUTS Code: UKG31

   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: Harborne Primary 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 Harborne Primary School.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,379,402.4
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.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.

      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 000-026105
      
   

   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: Not Provided    
   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: 21/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Alliance in Partnership Limited, 03577003
             One Southampton Row, London, United Kingdom
             NUTS Code: UKI
            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: 1,220,000          
         Total value of the contract/lot: 1,379,402.4
         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. 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

   VI.4) Procedures for review

      VI.4.1) Review body
          Harborne Primary School
          Birmingham, 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: 20/04/2023




View any Notice Addenda

View Award Notice