Section one: Contracting authority
one.1) Name and addresses
Brampton Manor Trust
Roman Road, East Ham
London
E6 3SQ
sally.denbow@bramptonmanor.org
Telephone
+44 2075400500
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.langdonacademy.org/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43082
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Langdon Academy Catering Services
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Outsourced catering services for Brampton Manor Trust comprising of:
- Langdon Academy
two.1.5) Estimated total value
Value excluding VAT: £2,750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
- 55523100 - School-meal services
- 15894200 - Prepared meals
- 55523000 - Catering services for other enterprises or other institutions
- 55320000 - Meal-serving services
- 15894210 - School meals
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
Langdon Academy
two.2.4) Description of the procurement
Outsourced catering provision for Langdon Academy.
The Successful Contractor shall provide a range/good variety of freshly cooked, seasonal ingredients, high quality, nutritious, attractively
presented meals for pupils and staff, which comply with the relevant Government standards.
The Trust are also looking for a service that is customer focused and regard for sustainability and with robust contract management.
two.2.5) Award criteria
Quality criterion - Name: Quality Assessment / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Proposed Contract Length - 3+1+1 - (3 years with the option of 2 further one year extensions)
two.2.10) Information about variants
Variants will be accepted: No
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
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033695
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228231.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228231)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Brampton Manor Trust
Roman Road
London
E6 3SQ
sally.denbow@bramptonmanor.org
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Brampton Manor
Roman Road
London
E6 3SQ
sally.denbow@bramptonmanor.org
Country
United Kingdom