Tender

BC-10716 St Francis Catholic Primary School Catering

  • St Francis RC Primary School

F02: Contract notice

Notice identifier: 2021/S 000-021777

Procurement identifier (OCID): ocds-h6vhtk-02dc80

Published 2 September 2021, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

St Francis RC Primary School

Friary Road,

Peckham

SE15 1RQ

Contact

Chris Draper

Email

chris.draper@schoolsbuyingclub.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

http://www.stfrancisprimary.co

Buyer's address

https://in-tendhost.co.uk/placegroup/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/placegroup/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/placegroup/aspx/Home

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

BC-10716 St Francis Catholic Primary School Catering

Reference number

BC-10716

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

St Francis Catholic Primary School is a primary school in Peckham, London, with approximately 420 pupils. The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities.

two.1.5) Estimated total value

Value excluding VAT: £650,000

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

two.2.4) Description of the procurement

The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities. The Successful bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with Government’s minimum nutritional and food based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the current and any new Ofsted guidance for catering.

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: £650,000

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: 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 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

As per the tendering documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

13 October 2021

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

13 October 2021

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2! 2LL

Country

United Kingdom