Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
robert.pine@cityoflondon.gov.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://cityoflondon.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://cityoflondon.ukp.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
City of London Schools Catering Services
Reference number
itt_COL_12
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the City) invites Tenders for the provision of Schools Catering Services for the City of London School (CLS) and the City of London School for Girls (CLGS) contract.
The City Schools (CLS & CLSG) require a new catering contract to replace the current catering contract that expires at the end of the summer term 2025.
The Contractor is responsible for setting up the dining area for a full restaurant service. Clearing/cleaning the dining area on a daily or as required basis to agreed standards. Provides overall supervision to ensure that the service is carried out in line with the contract specification including:
• The ability to cater for all pupils and staff.
• Full hospitality service including sports/match teas, external events including lettings.
• Provision of internal issues (tea, coffee, biscuits, etc.) around the Schools.
• Cafe management (one at CLS, two at CLSG).
• Allergy awareness, adherence to hygiene standards, nutritional guidance and design, sustainability management and data, staff recruitment and management, safeguarding, and training in line with current legislation and school requirements.
• Management of the necessary supply chain.
• Provision of industry specialist advice and guidance to enable effective management and decision-making at the school
• Financial management of the operation to agreed targets, financial reporting and regular reviews and KPI reporting.
The successful catering provider will be expected to be fully committed to the development of the strategic vision for catering for the Schools, with an emphasis on facilitating the time and space for pupils amongst their busy days to have positive social interactions over nutritious meals.
The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 7 years.
two.1.5) Estimated total value
Value excluding VAT: £10,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Due to the expiry of the current contract in August 2025, there is a need to tender catering services. Whilst each school has a unique heritage and identity, with differing requirements for their catering services, both schools will be part of an individual contract.
The schools are committed to safeguarding and promoting the welfare of children and young people and expects the Contractor to share this commitment.
The contract will be a Cost Plus with Guarantees for food cost allowances, and fixed price for labour, sundry expenditure and management fee. The schools are VAT registered and the Contractor will operate as Principal for VAT and as an Agent for service delivery.
The successful Contractor will be expected to ensure strict compliance with all U.K. legislation affecting all aspects of the contract
The estimated total contract value for the full duration of the contract term is £10.5mn.
The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 7 years.
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: £10,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
5 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘City of London Corporation Sourcing & Contracts Portal’ (www.City of London Corporation Sourcing & Contracts Portal.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £10,500,000”
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review body is the same as detailed in VI.4.1 & VI.4.2.