Tender

Dagenham Park Church of England School ~ Catering Tender

  • Dagenham Park Church of England School

F02: Contract notice

Notice identifier: 2024/S 000-023644

Procurement identifier (OCID): ocds-h6vhtk-04859d

Published 29 July 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Dagenham Park Church of England School

School Road, Dagenham

Essex

RM10 9QH

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.dagenhampark.org.uk/index.asp

one.3) Communication

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

https://litmustms.co.uk/respond/8A2628Q876

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

Dagenham Park Church of England School ~ Catering Tender

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Dagenham Park Church of England School is a large secondary school in Dagenham that is looking to appoint a new Catering Partner.

two.1.5) Estimated total value

Value excluding VAT: £2,108,465

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

two.2.4) Description of the procurement

The school is currently looking for a catering contractor with extensive experience to provide catering services at Dagenham Park Church of England School. The contractor must be highly creative and innovative in increasing meal uptakes while introducing new food concepts that cater to the diverse range of pupil tastes and dietary requirements. The chosen contractor must have extensive knowledge and expertise in providing healthy food options that are fresh, seasonal, locally sourced, and prepared at the school. This includes being well-versed in nutritional standards and requirements to ensure that the menus fuel pupils throughout the day. Additionally, the contractor will be expected to conduct a comprehensive review of the current catering services and provide recommendations on how to enhance the existing offerings. The main aim of this exercise is to deliver a superior catering experience that aligns with the school's vision and values.

The chosen contractor must propose innovative ways to make the contract more environmentally friendly and carbon neutral. This should apply to both the contract delivery and the contractor's organization, following the environmental policies of Dagenham Park Church of England School. The contractor's approach to sustainability must align with that of the school.

The contract being tendered is from 1st April 2025 until 31st March 2028 for an initial 3-year period with an option to extend for a further 2 years at the discretion of the client. The contract will operate as a guaranteed performance Contract, with the successful contractor offering the school a guaranteed return/ cost for the provision of catering services. Sovereignty of the cash tariff is to remain with the school for the duration of this contract.

The contract offered covers the scope for the provision of all catering services within the School, which currently includes, breakfast mid-morning break, lunch, all hospitality, and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.

Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.

Contract value:

Sales performance per annum is circa £421,693

The value of the new contract is circa £2,108,465 (Current annual contract cost, multiplied by 5, being the maximum 5-year term of the contract)

Other notes:

•Please be advised that this contract will be let on a 3 + 1 + 1 year basis.

•Please be advised that there may be catering staff on LGPS, this will be confirmed before submitting a tender bid.

•Please be advised that the catering service is currently contracted to Aspens Catering Services.

•Please be advised that the School has a minimum requirement for a contractor’s employer liability/ public liability and professional indemnity insurance of £10m

•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m

•The winning bidder is required to pay the Litmus tender fee of £2,750 plus VAT, directly to the Litmus Partnership, upon contract award.

See SQ Document for more information

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: £2,108,465

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

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.1.2) 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

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

6 September 2024

Local time

12:00pm

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

21 October 2024

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Essex:-School-catering-services./8A2628Q876

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/8A2628Q876

GO Reference: GO-2024729-PRO-27059441

six.4) Procedures for review

six.4.1) Review body

Dagenham Park Church of England School

School Road, Dagenham

Essex

RM10 9QH

Country

United Kingdom