Tender

St Mary's Catholic Primary Schools Trust Catering Tender

  • St Mary's Catholic Primary Schools Trust

F02: Contract notice

Notice identifier: 2024/S 000-003537

Procurement identifier (OCID): ocds-h6vhtk-0436ce

Published 2 February 2024, 1:39pm



Section one: Contracting authority

one.1) Name and addresses

St Mary's Catholic Primary Schools Trust

Bedford Park

Croydon

CR0 2AQ

Contact

Linda O'Callaghan

Email

Ceo@st-marys-inf.croydon.sch.uk

Telephone

+44 2086882891

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

www.rmandcconsultants.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341

one.3) Communication

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

www.mytenders.co.uk

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

St Mary's Catholic Primary Schools Trust Catering Tender

Reference number

RM&C/2024/SMCPST/428

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Currently managed in house the Trust is putting its catering contract out to tender with a contract start date of 1st September 2024.

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

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon
Main site or place of performance

St Mary’s Catholic Junior School Sydenham Road, Croydon, Surrey, CR0 2EW

two.2.4) Description of the procurement

Pupil Numbers: Current / Max

Nursery Infants 26 (7 full time) / 56 part time

Reception Infants 60 / 60

KS1 Infants 117 / 120

KS2 Juniors 232 / 240

Pricings/Sales Price

UIFSM Entitled:

Junior: 232

Infants: 177

Uptake:

Juniors: 140 approx

Infants: 170 approx

Value: 2.60 GBP

FSM Entitled:

Junior: 71

Infants: 36

Uptake:

Juniors: 64 approx

Infants: 36 approx

Value: 2.60 GBP

Pupil Paid Meals N/A

Staff Duty Meal N/A

Staff Cash Meals No of Staff: 39 / Uptake: 6-10 per week / Value: 3.00 GBP

UIFSM Sales Juniors: 24,192 GBP – Sept 23-Jan 24

Infants: 64,954 GBP – Sept 23-Jan 24

FSM Sales 25,748 GBP – Jan 23-Jan 24

Pupil Paid Meal Sales Juniors: 44,128 GBP – Jan 23-Jan 24

Full Time Nursery: 3,393 GBP

Staff Duty Meal Sales N/A

Staff Cash Sales Juniors: 456 GBP

Infants: 975 GBP

Hospitality Sales N/A

Service Times

Juniors: 12:30 – 13:30

Infants: 11:50 – 12:50

Current Contractor

In house

The Trust consists of 2 schools, an Infant and a Junior School. They are on 2 adjacent sites. The food is cooked in the Junior Kitchen and transported across the playground on a hot trolley to the Infant kitchen to be served.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Renewal possible after three years subject to satisfactory performance.

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

Envisaged number of candidates: 5

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 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

18 March 2024

Local time

1:00pm

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

24 April 2024

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

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=231244.

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:231244)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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

RM&C Consultants Ltd

Suthernwood View, Woodcote Road

South Stoke, Reading

RG8 0JJ

Email

Sue.allen@rmandcconsultants.co.uk

Telephone

+44 7939599571

Country

United Kingdom

Internet address

www.rmandcconsultants.co.uk