Tender

Michael Faraday Primary School Catering Tender

  • Michael Faraday Primary School

F02: Contract notice

Notice identifier: 2022/S 000-014628

Procurement identifier (OCID): ocds-h6vhtk-033fca

Published 25 May 2022, 12:23pm



Section one: Contracting authority

one.1) Name and addresses

Michael Faraday Primary School

Portland Street

London

SE17 2HR

Contact

Ann Dowie

Email

adowie@michaelfaraday.southwark.sch.uk

Telephone

+44 2077035806

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

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

Michael Faraday Primary School Catering Tender

Reference number

RM&C/2022/MFPS/366

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

A vibrant, thriving and truly unique School in the heart of Walworth. Their Faraday community prides itself on its ethos of respect – treating others as they would like to be treated. They have an ethos of 'excellence and nurture' and their aim is to develop confident children with lively, enquiring minds and to provide them with the highest quality education in order for them to flourish in all areas of school life.

So, what makes a Faraday child? Undoubtedly it’s about the joy experienced in coming in to learn each day; it’s about feeling safe, secure and loved; it’s about feeling valued by all the adults and other children; it’s about taking pride in being part of a diverse community and enjoying this stimulating and iconic environment.

As an aspirational and dynamic School, they are excited about the next stage of their journey, looking to build on their successes while embracing new challenges and strengthening their provision.

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
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Michael Faraday Primary School, Portland Street, London, SE17 2HR

two.2.4) Description of the procurement

Pupil Numbers:

Nursery 49

KS1 164

KS2 212

Total 425

UIFSM / Entitled: 108 / Uptake: 106 / Value: 2.34 GBP

FSM / Entitled: 317 includes Pupils eligible for Southwark Healthy FSM (The LA gives Free healthy meals to Nursery & KS2) / Uptake: 290 / Value: 2.34 GBP (FSM allowance) / Value: 1.90 GBP (Southwark Healthy FSM allowance)

Pupil Paid Meals / No cash meals taken

Staff Duty Meal / N/A

Staff Cash Meals / No of Staff: 65 / Uptake: 10 average per week / Value: 2.40 GBP + VAT

Sales over 12 months

UIFSM Sales 25,652 GBP

FSM Sales + Southwark Healthy FSM (The LA gives Free healthy meals to Nursery & KS2) 34,320 GBP (KS1 FSM)

9,489 GBP (Nursery FSM + LA Healthy Meal)

72,750 GBP (KS2 FSM + LA Healthy Meal)

It is not possible to separate the FSM and LA Healthy Meal figures.

Pupil Paid Meal Sales N/A

Staff Duty Meal Sales N/A

Staff Cash Sales 920 GBP

Hospitality Sales N/A

Lunch Times

Nursery – 11:30

Reception – 11:45

Year 1 – 12:00

Year 2 – 12:10

Years 3-6 – 12:15 – 13:15

Current Contractor is ISS

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

22 June 2022

Local time

1:00pm

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

30 June 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=226407.

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:226407)

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

RG8 0JJ

Email

Sue.allen@rmandcconsultants.co.uk

Telephone

+44 7939599571

Country

United Kingdom

Internet address

www.rmandcconsultants.co.uk