Section one: Contracting authority
one.1) Name and addresses
St John’s Church of England School
127 Stanmore Hill
Stanmore
HA7 3FD
Contact
Chris Draper
chris.draper@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
https://stjohns.harrow.sch.uk/harrow/primary/stjohns
Buyer's address
https://in-tendhost.co.uk/schoolsbuyingclub
one.1) Name and addresses
St John Fisher Catholic Primary School
Melrose Road
Pinner
HA5 5RA
Contact
Chris Draper
chris.draper@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
https://www.stjohnfisherschool.co.uk/
Buyer's address
https://in-tendhost.co.uk/schoolsbuyingclub
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/schoolsbuyingclub
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/schoolsbuyingclub
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
BC-10689 Three Saints Cluster Catering
Reference number
BC-10689
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The Client consists of the following three primary schools which are all situated within close proximity in the London Borough of Harrow.:St John’s Church of England School, 127 Stanmore Hill, Stanmore HA7 3FD.St John Fisher Catholic Primary School, Melrose Road, Pinner, Middlesex HA5 5RA.St Anselm’s Catholic Primary School, Roxborough Park, Harrow HA1 3BE.The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities.
two.1.5) Estimated total value
Value excluding VAT: £800,000
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
- 15894210 - School meals
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The Client consists of the following three primary schools which are all situated within close proximity in the London Borough of Harrow.:St John’s Church of England School, 127 Stanmore Hill, Stanmore HA7 3FD.St John Fisher Catholic Primary School, Melrose Road, Pinner, Middlesex HA5 5RA.St Anselm’s Catholic Primary School, Roxborough Park, Harrow HA1 3BE.The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities. The Successful Supplier will be responsible for the repair, replacement, and maintenance of core catering equipment.
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the tendering documentation
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 April 2021
Local time
12:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom