Section one: Contracting authority
one.1) Name and addresses
St Joseph’s Catholic Junior, Infant & Nursery School
Woodend
London
SE19 3NU
Contact
Janet Standen
jstanden@st-josephs-jun.croydon.sch.uk
Telephone
+44 2086537195
Country
United Kingdom
NUTS code
UKI62 - Croydon
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
Croydon Umbrella Primary Catering Tender
Reference number
RM&C/2023/CU Cat/411
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Four primary schools in the Croydon Catholic Primary Schools Umbrella Trust are putting their catering contracts out to tender with three schools having a contract start date of 1st January 2024 and the fourth school have a contract start date of 1st April 2024. The schools will be able to select their preferred company from the companies shortlisted to make presentations.
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
- UKI62 - Croydon
Main site or place of performance
St Joseph’s Catholic Junior, Infant & Nursery School, Good Shepherd RC Primary School, St James the Great RC Primary School and St Thomas Becket C Primary School.
two.2.4) Description of the procurement
The Federation of St Joseph’s Catholic Junior, Infant & Nursery School
Pupil Numbers:
Nursery 30 (do not have a lunch)
EYS/KS1 123
KS2 206
Total 329
No of Staff: 60
Other Information: There will be staff in a LGPS
Good Shepherd RC Primary & Nursery School
Pupil Numbers:
Nursery 19
KS1 83
KS2 121
Total 223
Current Contractor: In house
Pricings/Sales
UIFSM - Entitled: 71 / Uptake: 50 / Value: 2.41 GBP
FSM - Entitled: 62 - From 01/09/2023, the Mayor of London will be providing a free school meal for ALL primary School children for that year / Uptake: 53 / Value: 2.47 GBP
Pupil Paid Meals - Uptake: 49 / Value: 2.45 GBP
Staff Duty Meal - N/A
Staff Cash Meals - No of Staff: 35 / Uptake: 2-3 / Value: 2.75 GBP
Other Information: As far as we are aware there are no staff in a LGPS
Current Contractor: Relish
St James the Great RC Primary & Nursery School
Pupil Number Total: 443
Staff Number Total: 74
Other Information: There will be staff in a LGPS
Current Contractor: In house
St Thomas Becket Catholic Primary School
Pupil Number Total: 412
Staff Number Total: 45
Other Information: As far as we are aware there are no staff in a LGPS
Current Contractor: Harrison's
More data for the schools to be provided at ITT stage.
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 possible after three years 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
8 September 2023
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 September 2023
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=229897.
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:229897)
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, Reading
RG8 0JJ
Sue.allen@rmandcconsultants.co.uk
Telephone
+44 7939599571
Country
United Kingdom