Section one: Contracting authority
one.1) Name and addresses
White Bridge Primary School
Greensted Road, Loughton
Essex
IG10 3DR
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
https://www.whitebridge.essex.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/895889QA8P
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
White Bridge 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
The successful Supplier will be required to provide catering services for White Bridge Primary School.
two.1.5) Estimated total value
Value excluding VAT: £100,000
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
Catering at White Bridge Primary is generally regarded by stakeholders as being consistently at even keel, with a settled workforce and safe systems of work being applied. The service seems to be well appreciated by pupils and parents alike and in the recent past has not generated much feedback or noise.
The facilities are relatively new, and the incumbent service provider has been in place for in excess of 10 years. The school has two forms per year group and has a current roll of 413 pupils. The current lunch service starts at 12 noon with the youngest children and works upward through the year groups.
The Trust expects the successful Supplier to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal and ideally some locally sourced ingredients being prepared on-site. The School and Trust expects the successful Supplier to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters.
Every child matters link:
The School believes that school meals should be accessible for all children and would love every child to have the value and benefit from a hot meal daily, and in this regard has ceased provision of a cold lunch alternative. Currently each child makes a decision as to what to eat at point of service (subject to dietary needs) from the three choices available – Meat/ vegetarian or jacket & filling.
Current uptake levels (provisionally drawn from school statistics) see overall uptake at 56% of pupils with around 22% of KS2 pupils qualifying for FSM currently.
The facilities are generally good with functioning and well-maintained core equipment – any obvious (and significant) equipment gaps will be noted in the kitchen snapshot part of the data pack and will be viewable on the site visit.
The school would also welcome bidders to create an as environmentally friendly provision as possible in terms of supply chain and managing waste.
The school intends the contract to give as much cost certainty as possible, through potential guaranteeing maximum key cost lines, cost of labour, management fee and elements of sundry spend.
See SQ Document for further 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: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 August 2029
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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/4AK9877XR3
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
15 December 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 January 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 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./4AK9877XR3" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Essex:-School-catering-services./4AK9877XR3
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/4AK9877XR3" target="_blank">https://litmustms.co.uk/respond/4AK9877XR3
GO Reference: GO-2023111-PRO-24318254
six.4) Procedures for review
six.4.1) Review body
White Bridge Primary School
Greensted Road, Loughton
Essex
IG10 3DR
Country
United Kingdom