Opportunity

Barnes Primary School ~ catering services tender

  • Barnes Primary School

F02: Contract notice

Notice reference: 2022/S 000-001901

Published 21 January 2022, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Barnes Primary School

Cross Street

Barnes

SW13 0QQ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://barnesprimaryschool.co.uk/

one.3) Communication

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

https://litmustms.co.uk/respond/9A2NYK6K38

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

Barnes 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 Barnes Primary School - Cross Street, Barnes, SW13 0QQ.

two.1.5) Estimated total value

Value excluding VAT: £825,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Barnes Primary School is a split site school located in Barnes, London, SW13 0QQ. We are a thriving, oversubscribed two-form entry primary school with a nursery. The school was judged as Outstanding when it was last inspected by Ofsted in June 2008. We currently have 487 pupils across our two sites, including 62 in the Nursery. There are additionally 74 teaching and support staff onsite.

Whilst the school prioritises value for money as a key objective of the Competitive Tender Process, the governing body is not obliged to accept the lowest price.

The appointment of a school meals provider is a major decision for our governing body. Our aim is to secure outstanding provision for all our pupils in every aspect of their school experience. We believe that a catering contract should be about so much more than putting food on plates at lunchtime. The school is committed to finding a highly effective, efficient and imaginative company that will provide exceptional quality and visually exciting school meals, but that will also work in partnership with us to address the link between food and education. We would like our school meal provider to attend our pupil council’s food focus group meetings; help pupils plan our thriving allotments; educate them about the journey from seed to plate in assemblies; organise chef-led, hand-on tasting and making sessions; and support initiatives such as cookery clubs and food education for parents. This contract is about much more than feeding children – it is about educating and exciting the next generation and their families about food.

The school outsourced from the Borough-wide catering contract 12 years ago and school meals are now freshly cooked on-site and are of gold menu standard with at least 5 fresh salads and 1 fresh bread available daily and an additional soup and sandwich bar available twice a week for Key Stage 2 children. The value of the current contract was approximately £165,000 per annum prior to the pandemic. From April 2020 to March 2021, this fell to £90,000.

Please see SQ Document for further details.

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: £825,000

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

Start date

1 August 2022

End date

31 July 2027

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

11 March 2022

Local time

12:00pm

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

4 April 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-Barnes:-School-catering-services./9A2NYK6K38

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/9A2NYK6K38

GO Reference: GO-2022121-PRO-19527832

six.4) Procedures for review

six.4.1) Review body

Barnes Primary School

Barnes

Country

United Kingdom