Section one: Contracting authority
one.1) Name and addresses
Bellenden Primary School
6 Dewar Street
London
SE15 4JP
Telephone
+44 2077327107
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://theriverpeckfederation.org.uk/bellenden/
Buyer's address
https://theriverpeckfederation.org.uk/bellenden/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Bellenden Primary School
6 Dewar Street
London
SE15 4JP
Telephone
+44 2077327107
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://theriverpeckfederation.org.uk/bellenden/
Buyer's address
https://theriverpeckfederation.org.uk/bellenden/
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
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
Bellenden Primary School - Outsourced Catering Services
Reference number
CA10433 -
two.1.2) Main CPV code
- 55510000 - Canteen services
two.1.3) Type of contract
Services
two.1.4) Short description
Bellenden Primary School is a one form school in Peckham Rye, London with 210 pupils on roll. The school comes under the London Borough of Southwark.
two.1.5) Estimated total value
Value excluding VAT: £195,000
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
Bellenden Primary School is a one form school in Peckham Rye, London with 210 pupils on roll. The school comes under the London Borough of Southwark. In line with Southwark council’s commitment to enable children to have ‘A great start in life’ and to lead healthy lives, any nursery or primary pupil who wants one, is able to enjoy a free and healthy meal provided at school during term time.
The contract being tendered is for three years in duration from 1st August 202 to 31st July 2025 with the option to extend 2 x 12 months. The contract will operate on a guaranteed fixed meal price in year one and forecasted meal prices in years two to five. Annual price review will be agreed between the school and supplier in April each year of the contract.
The school year is based on a calendar of 195 days. Five days are to be used for staff training days and the school will be opened to receive pupils for the legal minimum of 190 days.
The contract offered cover the scope for the provision of l
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: £195,000
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: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required
Assets must be higher than liabilities to be considered
Minimum Insurance Levels: £5m PL & EL
three.1.3) Technical and professional ability
List and brief description of selection criteria
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required
At Stage 1 suppliers must pass all pass fail questions and achieve a minimum score of 8 out of 12 to progress to stage 2
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
3 June 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
3 June 2022
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
six.4) Procedures for review
six.4.1) Review body
Tenet
Procurement House, 23 Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).