UK-Dagenham: School catering services.

UK-Dagenham: School catering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
All Saints Catholic School
Terling Road, Dagenham, RM8 1JT, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.allsaintsschool.co.uk/
NUTS Code: UKH3

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: All Saints Catholic School ~ Catering Tender
Reference number: Not Provided

II.1.2) Main CPV code:
55524000 - School catering services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: All Saints Catholic School (the Client) invites tenders for the full supply of catering services, based upon the terms and conditions supplied at:
Terling Road,
Dagenham
RM8 1D8

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 2,253,492.98

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKH3 - Essex

Main site or place of performance:
Essex


II.2.4) Description of the procurement: All Saints Catholic School (the Client) invites tenders for the full supply of catering services, based upon the terms and conditions supplied at: Terling Road, Dagenham, RM8 1D8. All Saints Catholic School is an 11-18 Catholic comprehensive located in Dagenham in the Diocese of Brentwood. The school has been recognised not only for its outstanding academic success (rated outstanding at a recent Ofsted) but also for other aspects e.g. we achieved the Gold Artsmark Award, Gold Equalities Award, Gold Mental Health Award, Flagship School for Inclusion Award. The school is presenting an exciting opportunity to partner with a Supplier who is able to deliver their vision of promoting the health and wellbeing of their circa 1300pupils and 180 staff through the catering provision. Due to the timescale available for tender, this opportunity is being procured through an open tender process, with the SQ submission co-terminating with the ITT submission allowing a reduced timeframe, with the new contract term to commence in April 2025 at the start of the Summer term.
Current catering turnover is around £450k per annum, with a lunch only servicer provision specified by the school. The school has designed and refined a particular style of food service, with all ten service points (requiring 14 staff) serving the same replicated offer. This works for the school and the time table and the specification on of this ITT requires this service arrangement to be taken forward into the next catering contract term. Currently there are 10 till service points in three service areas, all replicating the same service offer which is available on a meal deal basis – Mains vary daily but will include Hot entrees with appropriate accompaniments, vegetarian alternatives, jackets & fillings and a selection of hot and cold sandwiches. Each entrée is bundled with Drink and dessert to make up the meal deal. The current offer is visible on the school’s website. The Client would like to see innovative delivery of emerging food trends that are seen on the high-street and in supermarkets that pupils frequent and therefore need to be reflective in the school dining environment. There is a need to maximise sales and uptake to contribute against overheads – this can be achieved by offering a dynamic and bespoke food offering at lunchtime. The key areas of focus for the successful service provider will include;
-Fresh and innovative menus that are nutritionally balanced and appealing;
-The best use of fresh produce and prime cooking;
-Efficient and consistent speed of service with great student and staff interaction;
-Catering staff integration with the School community and support with Curriculum activities.
-Identifying and potential funding of appropriate additions to the existing offer through focused investment in prime cooking and service points
The Client expects the successful Supplier to evidence, through their bid, how they will deliver these focus areas whilst taking on appropriate elements of risk. The client would welcome some incoming investment to upgrade prime cooking capability and the look and feel of the service areas.
The existing team have resilience and consistency in day-to-day production, but in order to produce the innovative and dynamic food offer required they will need to be supported by an engaged operational team that can demonstrate and upskill menu content to provide services that meet expectation.
The Client is seeking a catering service partner that has the ability and appetite to work flexibly and with complete transparency to deliver an exceptional standard of service and take on the development of a loyal and dedicated team. The contract will be for an initial three year-term, (with potential for further extension).

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Please note, this is a Contract Award Notice - this contract has already been awarded.


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-039708



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 27/02/2025

V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Olive Dining Ltd, 08093774
Tandridge District Council Offices, 8 Station Road East, Oxted, RH8 0BT, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,250,000
Total value of the contract/lot: 2,253,492.98
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=964677372
VI.4) Procedures for review

VI.4.1) Review body
All Saints Catholic School
Terling Road, Dagenham, RM8 1JT, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Internet address: https://www.allsaintsschool.co.uk/

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 09/07/2025