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
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
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
Telephone
+44 7895837811
Country
United Kingdom
Internet address
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
info@Cohesionconsultingltd.co.uk
Telephone
+44 7895837811
Country
United Kingdom