Tender

St Joan of Arc Catholic School Catering Tender

  • St Joan of Arc Catholic School

F02: Contract notice

Notice identifier: 2022/S 000-003988

Procurement identifier (OCID): ocds-h6vhtk-03162f

Published 11 February 2022, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

St Joan of Arc Catholic School

High Street

Rickmansworth

WD3 1HG

Contact

Lindsay Unsworth

Email

lunsworth@joa.herts.sch.uk

Telephone

+44 1923721896

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

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 Joan of Arc Catholic School Catering Tender

Reference number

RM&C/2022/JOA/354

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

St Joan of Arc School is an academy situated on the High Street in the centre of Rickmansworth which is a small, prosperous, mainly residential, town in southwest Hertfordshire. The school is a Catholic secondary school with approximately 1230 pupils aged between 11 and 18 and it is part of the Diocese of Westminster. It is a mixed school and is non-selective academically but as it is a faith school the Governors encourage applications from parents/carers who wish their child to receive a Catholic education. The school has a large catchment area which extends from Rickmansworth into Buckinghamshire, the London suburbs and Watford.

Overall, the school has an excellent reputation, is oversubscribed and academic standards are above average.

The school is keen to continue to develop the catering service in the school. The school requires an innovative school catering service that will reflect the school’s policy to actively promote healthy eating.

The kitchen was completely refurbished, with the exception of the floor, 15 years ago. The kitchen is compact but is fit for purpose and is capable of providing both traditional meals and grab and go food. If the contractor is willing to invest in the kitchen area or the possibility of a catering pod it should state that this is the case in its proposal and this can be discussed in more detail at the presentation stage of the tendering process.

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
  • UKH23 - Hertfordshire
Main site or place of performance

St Joan of Arc Catholic School, High Street, Rickmansworth,

Hertfordshire, WD3 1HG

two.2.4) Description of the procurement

Pupil Numbers: - by year group

Year 7 202

Year 8 221

Year 9 216

Year 10 209

Year 11 197

Sixth Form Year 12 81

Sixth Form Year 13 106

Total 1232

Pricings/Sales Price

Meal Deal Price 2.40 GBP

FSM- Entitled: 70

Uptake: 75%

Value: 2.40 GBP

Pupil Paid Meal Uptake: 50%

Value: avg spend 1.65 GBP

Staff Duty Meal Entitled: 35

Uptake: 55%

Value: 2.40 GBP with avg spend of 2.05 GBP

Staff Cash Meals

No of Staff: 140 (89 teaching staff and 51 support staff)

Uptake: 20%

Value: avg spend of 2.00 GBP

Sales over last 2 years trading not typical due to covid - school closed for 12 weeks out of 38 weeks in each academic year:

FSM Sales over 24 months 16,000 GBP

Pupil Paid Meal Sales over 24 months 427,000 GBP

Staff Duty Meal Sales over 24 months 8,000 GBP

Staff Cash Sales over 24 months 8,000 GBP

Hospitality Sales over 24 months 9,000 GBP

Service Times

Breakfast (not a club): 08:00 – 08:45

Break: 09:45 – 10:05 / 10:50 – 11:10

Lunch: 12:10 – 12:35 for Yrs 7,8 & 9 / 12:45 – 13:10 for Yrs 10,11,12 & 13

Locked in Policy: Yes for Yrs 7-11

Current Contractor

Accent

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 after 3 years is possible 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

25 March 2022

Local time

1:00pm

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

28 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

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=225351.

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:225351)

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

Reading

RG8 0JJ

Email

Sue.allen@rmandcconsultants.co.uk

Telephone

+44 7939599571

Country

United Kingdom

Internet address

www.rmandcconsultants.co.uk