Tender

Beaumont Primary Catering

  • Beaumont Primary School

F02: Contract notice

Notice identifier: 2024/S 000-035861

Procurement identifier (OCID): ocds-h6vhtk-04b433

Published 5 November 2024, 10:42pm



Section one: Contracting authority

one.1) Name and addresses

Beaumont Primary School

Old Lodge Lane, Purley

Surrey

CR8 4DN

Contact

Glenn Campbell

Email

info@cohesionconsulting.co.uk

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

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

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

Beaumont Primary Catering

Reference number

CCL_055

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

Beaumont Primary School in Croydon is tendering their catering services with a contract start date of 1st April 2025. Due to this extremely challenging timeline, we are managing an open tender process with site visits on Monday, 25th November 2024, the tender response date is 1pm, Thursday 23rd January 2025. Presentations are scheduled for early February, possibly Thursday 6th. The school is developing their catering provision to deliver the very best service for every child at the school. The contract will be for an initial three-year period. There is an option for both parties to extend the contract for a further two years subject to client satisfaction and client agreement on budgets and service levels. There are LGPS pensions within the catering team and the school has a strong working relationship with the incumbent caterer Collegiate Trading Company.This contract will reward maximising sales and FSM uptake through pro-active management and consistently high levels of food qual

two.1.5) Estimated total value

Value excluding VAT: £255,000

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
  • UKI62 - Croydon
Main site or place of performance

Beaumont Primary School, Old Lodge Lane, Purley, Surrey. CR8 4DN

two.2.4) Description of the procurement

Beaumont Primary School in Croydon is tendering their catering services with a contract start date of 1st April 2025. Due to this extremely challenging timeline, we are managing an open tender process with site visits on Monday, 25th November 2024, the tender response date is 1pm, Thursday 23rd January 2025. Presentations are scheduled for early February, possibly Thursday 6th. The school is developing their catering provision to deliver the very best service for every child at the school. The contract will be for an initial three-year period. There is an option for both parties to extend the contract for a further two years subject to client satisfaction and client agreement on budgets and service levels. There are LGPS pensions within the catering team and the school has a strong working relationship with the incumbent caterer Collegiate Trading Company.This contract will reward maximising sales and FSM uptake through pro-active management and consistently high levels of food quality and tangible contract support. The Schools and CCL expect the successful Contractor to guarantee their financial proposal within reason and deliver excellent standards. The business manager has requested that in this tender exercise the bidders focus on:A transformational working partnership, delivered via a TUPE compliant bid, with additional recommendations on service equipment, serving points, staffing levels and a bespoke food concept to drive sales and uptake.In short, the School needs to be convinced the bidders are able to deliver their promises, achieve their sales targets, deliver their service enhancements in full and support the School in day-to-day operation. Should the school not be convinced of the proposals they reserve the right to revert to an ‘insourced’ solution or post ‘no award’. Any investment proposals will need to be consistent with ESFA guidelines.Contract turnover is circa £85,000 per annum excl. VAT. The successful bidder will be expected to operate with a strong partnership, integrity and honesty.

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: £255,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract tenure is for an initial three year term and there is an option for both parties to extending the contract for another two years subject to performance and mutual agreement.

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

Envisaged number of candidates: 4

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

Accelerated procedure

Justification:

n/a

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 January 2025

Local time

1:00pm

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: Yes

six.4) Procedures for review

six.4.1) Review body

The Cabinet Office

70 Whitehall

London

SW1A 2AS

Email

cocommercial@crowncommercial.gov.uk

Telephone

+44 2072761234

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office/about/procurement

six.4.2) Body responsible for mediation procedures

Cohesion Consulting Ltd

16 Mount Pleasant

Tunbridge Wells

TN1 1QU

Email

info@cohesionconsulting.co.uk

Telephone

+44 1892251001

Country

United Kingdom

Internet address

www.cohesionconsulting.co.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Details on deadlines for review procedures are available from Cohesion Consulting Ltd.

six.4.4) Service from which information about the review procedure may be obtained

Cohesion Consulting Ltd

16 Mount Pleasant

Tunbridge Wells

TN1 1QU

Email

info@Cohesionconsulting.co.uk

Telephone

+44 1892251001

Country

United Kingdom

Internet address

www.Cohesionconsulting.co.uk