Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Harris Federation ~ Catering Services Tender

  • First published: 05 November 2022
  • Last modified: 05 November 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-037f35
Published by:
Harris Federation
Authority ID:
AA22005
Publication date:
05 November 2022
Deadline date:
05 December 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Harris Federation is an education charity led and run by teachers. They opened their first school in 1991 and now run 52 primary and secondary academies in London and Essex, and train thousands of teachers per year from the Harris Federation and beyond.

The Harris Federation is responsible for the education of one in 40 of school children in London. With the majority of its academies located in areas of high socioeconomic disadvantage, a high-quality education is key to the futures of the pupils they serve.

Catering services at the schools are currently provided by a single contractor. The Federation has decided to divide the new contract/s into Lots in order to attract a broader range of suppliers and service propositions. As such, bids for each individual Lot will be evaluated on their own merits, but the Federation reserves the right to award the Lot contracts to one or any greater number of contractors. It is intended to award the contract on the basis of 3 + 2 + 2 years.

The Lots are broadly divided as per the existing Quadrant structure, with each Quadrant being overseen by an Assistant Director.

The Harris Federation have expressed the following objectives and priorities for the catering services and contract/s:

1.To invite dynamic proposals from a range of talented organisations with sufficient scale and resource to drive forward standards across the schools.

2.To put the delivery of food quality, service and environmental sustainability at the heart of the contract performance management system, whilst ensuring the successful contractor/s meets its commercial and compliance obligations. This includes supporting the Federation in achieving carbon neutral status and minimising food waste.

3.To invest in the catering staff employed through the contract, ensuring that willing and capable staff are attracted, retained and developed across the catering operations.

4.To establish a flexible contract framework which allows for the addition of new academies in future in a fully transparent and mutually beneficial manner. There needs to be local flexibility to adapt the service offers without compromising the consistency of standards across the Federation’s schools.

5.To create a contracting model/s that supports collaborative partnerships and incentivises positive contractor performance and behaviours rather than penalises failure.

6.To encourage contractor innovation and provision of Social Value both within the schools and to communities within which the Federation operates.

Furthermore, a recent survey conducted across both primary and secondary schools identified that key issues requiring improvement for the services were:

•Overall value for money

•Queuing times

•Availability and consistency of food

These objectives and priorities should be borne in mind by bidders both at the SQ and full ITT stages.

See SQ Document for further information.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Harris Federation

C/O 4th Floor Norfolk House, Wellesley Road

Croydon

CR0 1LH

UK

Telephone: +44 1276673880

E-mail: tenders@litmuspartnership.co.uk

NUTS: UKI

Internet address(es)

Main address: https://www.harrisfederation.org.uk/

I.3) Communication

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

https://litmustms.co.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

Harris Federation ~ Catering Services Tender

II.1.2) Main CPV code

55524000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The successful Supplier will be required to provide catering services for Harris Federation.

Please note this contract is split into 5 LOTS. Bidders are required to submit a separate SQ response for each LOT they are interested in.

Please use the below links to access the SQ for each of the 5 LOTS:

Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ

Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3

Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS

Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5

Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7

Please see SQ Document for further details on schools involved.

II.1.5) Estimated total value

Value excluding VAT: 65 259 278.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Central Quadrant

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

The Harris Federation is an education charity led and run by teachers. They opened their first school in 1991 and now run 52 primary and secondary academies in London and Essex, and train thousands of teachers per year from the Harris Federation and beyond.

The Harris Federation is responsible for the education of one in 40 of school children in London. With the majority of its academies located in areas of high socioeconomic disadvantage, a high-quality education is key to the futures of the pupils they serve.

Catering services at the schools are currently provided by a single contractor. The Federation has decided to divide the new contract/s into Lots in order to attract a broader range of suppliers and service propositions. As such, bids for each individual Lot will be evaluated on their own merits, but the Federation reserves the right to award the Lot contracts to one or any greater number of contractors. It is intended to award the contract on the basis of 3 + 2 + 2 years.

The Lots are broadly divided as per the existing Quadrant structure, with each Quadrant being overseen by an Assistant Director.

The Harris Federation have expressed the following objectives and priorities for the catering services and contract/s:

1.To invite dynamic proposals from a range of talented organisations with sufficient scale and resource to drive forward standards across the schools.

2.To put the delivery of food quality, service and environmental sustainability at the heart of the contract performance management system, whilst ensuring the successful contractor/s meets its commercial and compliance obligations. This includes supporting the Federation in achieving carbon neutral status and minimising food waste.

3.To invest in the catering staff employed through the contract, ensuring that willing and capable staff are attracted, retained and developed across the catering operations.

4.To establish a flexible contract framework which allows for the addition of new academies in future in a fully transparent and mutually beneficial manner. There needs to be local flexibility to adapt the service offers without compromising the consistency of standards across the Federation’s schools.

5.To create a contracting model/s that supports collaborative partnerships and incentivises positive contractor performance and behaviours rather than penalises failure.

6.To encourage contractor innovation and provision of Social Value both within the schools and to communities within which the Federation operates.

Furthermore, a recent survey conducted across both primary and secondary schools identified that key issues requiring improvement for the services were:

•Overall value for money

•Queuing times

•Availability and consistency of food

These objectives and priorities should be borne in mind by bidders both at the SQ and full ITT stages.

See SQ Document for further information.

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: 14 558 404.00  GBP

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

Start: 01/09/2023

End: 31/08/2030

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

Lot 1 – Central Quadrant – https://litmustms.co.uk/respond/JQS7TS3MJZ

Lot No: 2

II.2.1) Title

Lot 2 – Thames Quadrant

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

See SQ Document for further information.

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: 12 073 138.00  GBP

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

Start: 01/09/2023

End: 31/08/2030

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

Lot 2 – Thames Quadrant - https://litmustms.co.uk/respond/Z72G2BU5K3

Lot No: 3

II.2.1) Title

Lot 3 – East Quadrant

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

See SQ Document for further information.

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: 11 283 797.00  GBP

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

Start: 01/09/2023

End: 31/08/2030

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

Lot 3 – East Quadrant - https://litmustms.co.uk/respond/WM6R66R3TS

Lot No: 4

II.2.1) Title

Lot 4 – South Quadrant

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

See SQ Document for further information.

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: 13 015 205.00  GBP

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

Start: 01/09/2023

End: 31/08/2030

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

Lot 4 – South Quadrant - https://litmustms.co.uk/respond/26E469HTS5

Lot No: 5

II.2.1) Title

Lot 5 – Primaries Quadrant

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

See SQ Document for further information.

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: 14 328 734.00  GBP

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

Start: 01/09/2023

End: 31/08/2030

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

Lot 5 – Primaries Quadrant - https://litmustms.co.uk/respond/7RBDSGYAM7

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/12/2022

Local time: 12:00

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

Date: 16/12/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: 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=731773694

GO Reference: GO-2022114-PRO-21350726

VI.4) Procedures for review

VI.4.1) Review body

Harris Federation

Croydon

UK

VI.5) Date of dispatch of this notice

04/11/2022

Coding

Commodity categories

ID Title Parent category
55524000 School catering services Catering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@litmuspartnership.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.