Section one: Contracting authority
one.1) Name and addresses
Michael Faraday Primary School
Portland Street
London
SE17 2HR
Contact
Ann Dowie
adowie@michaelfaraday.southwark.sch.uk
Telephone
+44 2077035806
Country
United Kingdom
NUTS code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
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
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
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
Sue.allen@rmandcconsultants.co.uk
Telephone
+44 7939599571
Country
United Kingdom