Section one: Contracting authority
one.1) Name and addresses
Barnes Primary School
Cross Street
Barnes
SW13 0QQ
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