Section one: Contracting authority
one.1) Name and addresses
Community Schools Trust Catering Tender
Forest Gate Community School, Forest Lane, Forest Gate,
London
E7 9BB
Contact
Glenn Campbell
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
https://www.communityschoolstrust.org/
Buyer's 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
Community Schools Trust Catering
Reference number
CCL_023
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The Community Schools Trust is a dynamic and successful Trust based in Forest Gate, London. The Trust are tendering the catering services in five secondary schools in London, 3 in Newham, London and 2 in Hackney, London. They have over 5,000 students between the ages of 11 and 18 on roll and over 300 teaching and support staff. Each school has a well equipped kitchen, a busy main restaurant and numerous satellite serving areas to help support demand throughout the day. The incumbent caterer is Olive Dining in 3 schools, Taylor Shaw in one school and one school is managed in-house. The catering teams are well-regarded by the schools and are seen as a core part of daily life for the students. The teams across the sites have a mix of LGPS and NEST Pension schemes, bidders should already have, or be able to achieve, Admitted Body Status in the London Boroughs of Hackney and Newham.The contract start date is the 1st of April August and this will be for an initial three-year period. Ther
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
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
- UKI41 - Hackney and Newham
Main site or place of performance
Community Schools Trust Locations, 3 Secondaries in the London Borough of Newham and 2 Secondaries in the London Borough of Hackney.
two.2.4) Description of the procurement
The Community Schools Trust is a dynamic and successful Trust based in Forest Gate, London. The Trust are tendering their catering services in five secondary schools in London, 3 in Forest Gate (London Borough of Newham) and 2 in Hackney. They have over 4,000 students between the ages of 11 and 18 on roll and over 300 teaching and support staff. (A 6th secondary, UTC Norfolk, was tendered in 2023 and is not part of this process due to its location.) The Trust is using a two stage restricted process. Each school has a well equipped kitchen, a busy main restaurant and numerous satellite serving areas to help support demand throughout the day. The incumbent caterer is Olive Dining in 3 schools, Taylor Shaw in one school, the other is in-house. The catering teams are well-regarded by the schools and are seen as a core part of daily life for the students and staff in the Trust. Please note there is a mix of LGPS and NEST pension schemes in the schools, so the ability to achieve Admitted Body Status is essential. The contract start date is the 1st of August 2024 and this 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. 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 Trust expects high standards of food and service quality in every school every day and a strong working relationship with the successful bidder. This contract will reward maximising sales and FSM uptake through pro-active management and consistently high levels of food quality and tangible contract support.
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
The contract start date is the 1st of August 2024 and this 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.
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
11 January 2024
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: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
70 Whitehall
London
SW1A 2AS
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
Cohesion Consulting Ltd
16 Mount Pleasant
Royal Tunbridge Wells
TN1 1QU
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Cohesion Consulting Ltd
16 Mount Pleasant
Royal Tunbridge Wells
TN1 1QU
info@Cohesionconsultingltd.co.uk
Telephone
+44 7895837811
Country
United Kingdom