Opportunity

The Spring Partnership Trust - Catering Services

  • The Spring Partnership Trust

F02: Contract notice

Notice reference: 2023/S 000-014236

Published 18 May 2023, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

The Spring Partnership Trust

Room 1, The Warren

Bromley

BR2 7AL

Email

contact@springpartnership.co.uk

Telephone

+44 2038378637

Country

United Kingdom

NUTS code

UKI61 - Bromley

Internet address(es)

Main address

https://www.springpartnershiptrust.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA35489

one.3) Communication

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

https://www.springpartnershiptrust.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

The Spring Partnership Trust - Catering Services

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

The Spring Partnership Trust has decided to tender their catering services to investigate the financial and qualitative benefits they could be offered through this process, and to ensure we can evidence value for money in the provision.

The Trust consists of 5 primary schools or various sizes in the London Borough of Bromley.

two.1.5) Estimated total value

Value excluding VAT: £2,965,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI61 - Bromley

two.2.4) Description of the procurement

The Spring Partnership Trust consists of 5 primary schools in the London Borough of Bromley.

We are looking for the catering provision for our schools to offer:-

- pupils a healthy and balanced meals with a menu suitable for primary aged children.

- food that consistently looks good and tastes appetising, and is available in suitable portions for the full lunch break.

- food that complies with the Government Standards.

- an emphasis where available/possible on freshly prepared and produced (not pre-packaged or readymade) menu items.

- best value and elimination of any subsidies.

- a proactive approach to marketing and food education.

- a contract that is well-managed and operated by a catering team who are reliable, motivated and well-trained.

- a proactively managed service that requires minimal management from the schools leadership teams.

- professional and friendly kitchen staff who model behaviour for our pupils, and who are patient with any special need pupils.

- good communication with the Trust and a collaborative approach to sharing best practice between schools and catering teams.

- an accommodating approach to school activities and supports aspects of the curriculum as appropriate.

- flexibility and a willingness to provide the required provision, even in circumstances are hard to predict (for example, strike days).

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

36

This contract is subject to renewal

Yes

Description of renewals

x1 24 month extension

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

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 June 2023

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 June 2023

Local time

12:00pm

Place

The Spring Partnership Trust head office

Information about authorised persons and opening procedure

Tenders to be opened by Verity Bolton, in the presence of two witnesses.


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=229438.

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:229438)

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