Section one: Contracting authority
one.1) Name and addresses
Greenwich Community Schools Community Interest Company (CIC)
London
Contact
Mr Andrew Clark
andrew.clark@royalgreenwich.gov.uk
Telephone
+44 2089214334
Country
United Kingdom
NUTS code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://royalgreenwich.proactishosting.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.com/
one.4) Type of the contracting authority
Other type
Community Interest Company (CIC)
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPS 2197A - Greenwich Schools Food and Catering Services Framework Agreement
Reference number
DN524909
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Greenwich Community Schools Community Interest Company (CIC) invites tenders for the full supply of catering services to The Royal Borough of Greenwich
Schools via a single-supplier framework agreement, based upon the terms and conditions contained in this tender specification.
The framework agreement allows potentially all Local Education Authority (LEA) schools to join.
The is acting a central purchasing body conducting the procurement on behalf of itself and
these other schools. The schools listed in the pricing documentation are intending to award call-off contracts on the establishment of the framework.
The process will award 2 separate single-supplier framework agreements, one for primary and nursery schools and the other for secondary schools’ needs.
The contract will cover the full catering provision including any hospitality catering required for primary school, nursery school sites and secondary school sites.
This Procurement will be run using the FTS Restricted Accelerated Procedure for reasons associated with current COVID-19 restrictions and School Closures affecting the Procurement timeline and required contract award date. This procedure will accommodate the above.
two.1.5) Estimated total value
Value excluding VAT: £38,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority for this FTS restricted accelerated procedure will be the Greenwich Community Schools Community Interest Company (CIC). The CIC has been established and is in place to award the framework contracts at the end of this process.
The contracting authority reserves the right to award contracts to lot 1 or lot 2 or a combination of both.
two.2) Description
two.2.1) Title
Lot 1: Nursery and Primary Schools
Lot No
1
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
The catering service to the majority of Primary and Nursery schools within The Royal Borough of Greenwich has historically been provided in–house either directly through the Council or over the last 9 years via the Council’s own company Greenwich Service Plus GSPlus Ltd. In February 2019 as part of a review of the Company’s operations, the decision was made that GS Plus would withdraw from providing catering and cleaning services to Greenwich schools.
As a consequence, a number of LEA maintained and voluntary schools have formed a partnership procurement group called Greenwich Community Schools Community Interest Company (CIC) for the direct purpose of seeking a new provider for all catering services that are currently provided to their schools. The partnership is actively seeking to build on their existing successful meal service and form collaborative links with other schools to enhance the school dining experience, via offering a framework agreement. It is the Schools expectation that the new contractor shall provide a range of nutritious, good quality, wholesome food which is attractively presented. In addition, all meals must comply with the current held food for life served here standards with Silver being the minimum standard level as well as complying with the mandatory Government School Food Standards 2014 (as amended). Some schools will require gold food for life served
here standard and both prices need to be submitted and each individual school will select which standard they require. Menus should offer variety, reflect growth in healthy eating habits and trends and form a basis for meals that are popular as well as comply with the new pending Ofsted inspection framework for school catering. The contract will be let as a framework agreement so that other Local Education Authority schools within the Borough can choose to opt into the framework at any given point within the 4-year framework contract period. The framework allows for the call-down Contract to be 5 years plus 2, however a limitation has been put in place
so that all call-down contracts will have an end date that is co-terminus which will be 5 years plus 2 from the date the first schools call-down from the contract.
The framework terms and conditions of contract that have been published alongside this notice in the Invitation to tender (ITT) pack are subject to change before the ITT stage of this process commences. The evaluation criteria will be based on the Most economically advantageous tender (MEAT).
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: £28,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be let as a framework agreement so that other Local Education Authority schools within the Borough can choose to opt into the framework at any given point within the 4-year framework contract period. The framework allows for the call-down contract to be 5 years plus 2, however a limitation has been put in place so that all call-down contracts will have an end date that is co-terminus which will be 5 years plus 2 from the date the first schools call-down from the contract.
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
two.2.14) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement documents.
This procurement will be managed electronically via the RBG Proactis Procontract e-tendering suite. To participate in the procurement, participants shall first be registered on the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be done online at https://
royalgreenwich.proactishosting.com/ by following the link https://procontract.duenorth.com/register.
Please note that, to register, bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register. Full instructions can be found at https://supplierhelp.due-north.com/
Once you have registered on the e-Tendering Suite, a registered user can express an interest for a specific procurement. This is done by looking at the opportunities sections. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Tendering Suite you will have access to proactis e-portal email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone: 03450103503
two.2) Description
two.2.1) Title
Lot 2: Secondary Schools
Lot No
2
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
The catering service to the Schools named within this lot 2 have historically been provided in–house either directly through the council or over the last 9 years via the Council’s own company GSPlus Ltd. In February 2019 as part of a review of the Company’s operations, the decision was made that GS Plus would withdraw from providing catering and cleaning services to Greenwich schools. As a consequence, a number of LEA maintained, and voluntary schools have formed a partnership procurement group, around the Greenwich Community Schools Community Interest Company (CIC) for the direct purpose of seeking a new provider for all catering services that are currently provided to their schools. The partnership is actively seeking to build on their existing successful meal service and form collaborative links with other schools to enhance the school dining experience, via offering a framework agreement. It is the partnership’s expectation that the new contractor shall provide a range of nutritious, good quality,
wholesome food that is attractively presented and compliant as a minimum with the mandatory Government School Food Standards 2014 (as amended). Menus should offer variety, reflect growth in healthy eating habits/ trends and form a basis for meals that are nutritious and popular as well as comply with the new pending Ofsted inspection framework for school catering.
The contract will be let as a framework agreement so that other Local Education Authority schools within the Borough can choose to opt into the framework at any given point within the 4-year framework contract period. The framework allows for the call-down contract to be 5 years plus 2, however a limitation has been put in place so that all call-down contracts will have an end date that is co-terminus which will be 5 years plus 2 from the date the first schools call-down from the contract. The framework terms and conditions of contract that have been published alongside this notice in the Invitation to tender (ITT) pack are subject to change before the ITT stage of this process commences. The evaluation criteria will be based on the Most economically advantageous tender (MEAT).
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework allows for the call-down contract to be 5 years plus 2, however a limitation has been put in place so that all call-down contracts will have an end date that is co-terminus which will be 5 years plus 2 from the date the first schools call-down from the contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be let as a framework agreement so that other Local Education Authority schools within the Borough can choose to opt into the framework at any given point within the 4-year framework contract period. The framework allows for the call-down contract to be 5 years plus 2, however a limitation has been put in place so that all call-down contracts will have an end date that is co-terminus which will be 5 years plus 2 from the date the first schools call-down from the contract.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement documents.
This procurement will be managed electronically via the RBG Proactis Procontract e-tendering suite. To participate in the procurement, participants shall first be registered on the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be done online at https://
royalgreenwich.proactishosting.com/ by following the link https://procontract.due-north.com/register. Please note that, to register, bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register. Full instructions can be found at https://supplierhelp.due-north.com/ Once you have registered on the e-Tendering Suite, a registered user can express an interest for a specific procurement. This is done by looking at the opportunities sections. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Tendering Suite you will have access to proactis e-portal email messaging service which
facilitates all messages sent to you and from you in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone: 03450103503
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Details are in the procurement documents (ITT pack).
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Details are in the procurement documents (ITT pack).
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
This procurement was originally published in February 2020 however had to be abandoned due to the COVID-19 pandemic. GSPlus were then instructed to extend its agreement with the schools with a view to run the Procurement again in early 2021.
The UK government now in February 2021 still has government restrictions in place in response to the COVID-19 pandemic and all schools in the Royal Greenwich Borough are currently under total/ partial closure which has put increasing pressure and uncertainty on individual school.
There is no option to extend again with GSPlus so a decision was made to progress with the Procurement exercise.
Due to the uncertainty surrounding the pandemic and schools needing to award a contract that needs to be mobilised by the start of the 2021/22 academic year there is no option but to use a restricted accelerated procedure.
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework agreement with a single operator in the case of framework agreements, provide justification for any duration exceeding 4 years: This framework agreement will be for four (4) years. The framework allows for the call-down Contract to be five (5) years plus two (2),
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
18 February 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 March 2021
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
High Court of England and Wales
1 Royal Courts of Justice, Strand
London
WC1A2 LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
1 Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom