Tender

St James and Blessed Dominic Schools Catering

  • St James and Blessed Dominic Schools Catering

F02: Contract notice

Notice identifier: 2023/S 000-036806

Procurement identifier (OCID): ocds-h6vhtk-0425a5

Published 14 December 2023, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

St James and Blessed Dominic Schools Catering

Great Strand, Colindale

London

NW9 5PE

Contact

Glenn Campbell

Email

info@cohesionconsulting.co.uk

Country

United Kingdom

NUTS code

UKI71 - Barnet

National registration number

URN 101364

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

St James and Blessed Dominic Schools Catering

Reference number

CCL_025

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

St James Catholic Secondary School and Blessed Dominic Catholic Primary School share the same site in Grand Strand, Barnet. Both schools are in the Diocese of Westminster.St James was founded by the Dominican sisters in 1934. It is an Ofsted rated Good Secondary with a successful Sixth Form and a roll of over 1,250 students and 19% FSM eligibility. There is well equipped kitchen that services both Secondary and Primary Phases – an internal corridor is used to access the Primary serving area. There are two busy external pods on site.Blessed Dominic was founded in 1971 and has over 450 primary students and has 18% FSM Eligibility, noting free school meal funding for all KS23 students is in place until July 2024. Both schools are registered with Healthy Schools London and Blessed Dominic has a Gold award.The incumbent caterer is Impact Food Group and both catering teams are well-regarded by the school. Given the unique nature of the operation both schools are being tendered as one L

two.1.5) Estimated total value

Value excluding VAT: £1,860,000

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
  • UKI71 - Barnet
Main site or place of performance

St James Catholic High School, Great Strand, Colindale, London, NW9 5PE and Blessed Dominic Catholic Primary School, Great Strand, Colindale, London, NW9 5PE

two.2.4) Description of the procurement

St James Catholic Secondary School and Blessed Dominic Catholic Primary School share the same site in Grand Strand, Barnet. Both schools are in the Diocese of Westminster.St James was founded by the Dominican sisters in 1934. It is an Ofsted rated Good Secondary with a successful Sixth Form and a roll of over 1,250 students and 19% FSM eligibility. There is well equipped kitchen that services both Secondary and Primary Phases – an internal corridor is used to access the Primary serving area. There are two busy external pods on site.Blessed Dominic was founded in 1971 and has over 450 primary students and has 18% FSM Eligibility, noting free school meal funding for all KS23 students is in place until July 2024. Both schools are registered with Healthy Schools London and Blessed Dominic has a Gold award.The incumbent caterer is Impact Food Group and both catering teams are well-regarded by the school. Given the unique nature of the operation both schools are being tendered as one Lot with one tender and a financial model for each school. The schools will award the contract to one caterer. 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.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 School and CCL expect the successful Contractor to guarantee their financial proposal within reason and deliver excellent standards. The Covid crisis has caused some operational challenges on site. There has not been a morning break service for some time and both sales and uptake are very low.

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: £1,860,000

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 is for an initial three year term. There is an option to extend the contract for a further two years subject to mutual agreement, based on strong financial and qualitative performance by 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

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

16 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: Yes

six.4) Procedures for review

six.4.1) Review body

The Cabinet Office

70 Whitehall

London

SW1A 2AS

Email

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

Email

info@Cohesionconsulting.co.uk

Telephone

+44 7895837811

Country

United Kingdom

Internet address

www.Cohesionconsulting.co.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

4000/4000

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@Cohesionconsultingltd.co.uk

Telephone

+44 7895837811

Country

United Kingdom

Internet address

www.Cohesionconsultingltd.co.uk