Skip to main content.

The Litmus Partnership: Sparrow Farm Primary School ~ Catering Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Sparrow Farm Primary School ~ Catering Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide full catering services located at Sparrow Farm Primary School.
Published: 21/04/2022 10:35
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Feltham: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Sparrow Farm Primary School
             Sparrow Farm Drive, Feltham, TW14 0DG, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.sparrowfarm.hounslow.sch.uk/index.asp
             NUTS Code: UKI7
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Feltham:-School-catering-services./SE223C949W
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Sparrow Farm Primary 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: The successful Supplier will be required to provide full catering services located at Sparrow Farm Primary School.       
      II.1.5) Estimated total value:
      Value excluding VAT: 666,666       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI7 Outer London – West and North West
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide full catering services located at:

Sparrow Farm Dr,
Feltham,
Middlesex
TW14 0DG

About

Sparrow Farm Primary School is a new school following the recent merger of Sparrow Farm Infant School with Sparrow Farm Junior school. Both schools are in close proximity to each other and are separated by a small playing field.

Today, Sparrow Farm Primary School is a 2-form entry community school with a mixed gender serving pupils from 3-11 including nursery children and combined has approx. 500 pupils. The old infant school is now referred as the Lower School and the Junior the Upper School .

Further details can be found on the school’s website: https://www.sparrowfarm.hounslow.sch.uk/

Basis of Contract

The catering is currently operated in-house where the main food production is conducted at Lower school and transported to the Upper School. Whilst the space is limited at the Upper School the intention is to appoint a catering supplier that will be able to advise on the design and build of a dedicated kitchen facility so as to reduce the need for transportation; allowing for fresh food to be produced and ultimately increase meal uptake at the Upper School.

As such, the school is embarking on this tender process with the intention of appointing an experienced Supplier to deliver full catering services. The contract is estimated to commence on Monday 31st October 2022 and will be for an initial period of 3 years plus an option to extend by 2 years up to a maximum of 5 years in duration.

The turnover based on the introduction of the new kitchen at the Upper School is estimated to be circa £400,000+(over 3 years for the initial period).

Objectives

The appointed Supplier will have proven experience of delivering quality catering services within primary and nursery schools and should have suitable experience and expertise of successfully increasing pupil meal uptake. With an established record in successfully managing the TUPE process, the Supplier will also be required to apply for an admission agreement (ABS) in order to manage the LGPS associated with 3 members of the in-house team. Furthermore, the Supplier should ideally have a strong operational base in the local area together with a compelling attitude towards making the lunchtime service appealing, healthy, nutritious and educational for children.

Ultimately, it is important that the Supplier can demonstrate an ability to manage an efficient catering service through the application of effective staff training, management and quality controls that delivers continual ‘best value’ to the school.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 666,666       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 31/10/2022 / End: 30/10/2027       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/05/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/06/2022       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Feltham:-School-catering-services./SE223C949W

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/SE223C949W
   VI.4) Procedures for review
   VI.4.1) Review body:
             Sparrow Farm Primary School
       Sparrow Farm Drive, Feltham, TW14 0DG, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 21/04/2022

Annex A


View any Notice Addenda

View Award Notice