Section one: Contracting authority
one.1) Name and addresses
City of London Academies Trust Catering Tender
Gresham Street
London
EC2P 2EJ
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's 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
City of London Academies Trust Catering
Reference number
CCL_034
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 Academies Trust (COLAT) is a highly successful Trust operating ten primary and secondary academies in London. Out of these, five have in-house services, four are outsourced and one Sixth Form, which is set to open next year, currently has no catering service. The Trust has approximately 8,000 students, ranging from 6 to 18 years old, supported by a team of 1,000 teaching and support staff. The Trust is tendering their catering services across three Lots in a two stage tender process under the Light Touch Regime:• Lot One includes three primary academies: COLA Primary Islington, Redriff and Galleywall. Annual sales turnover is £513,716.• Lot Two has two secondary academies with family-style dining: COLA Shoreditch Park and The City Academy Hackney. Annual sales turnover is £1,089,685.• Lot Three consists of five secondary academies with counter service: COLA Highgate Hill, Highbury Grove, Islington, Newham Collegiate Sixth Form (opening a new café by Septemb
two.1.5) Estimated total value
Value excluding VAT: £8,500,000
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
- UKI4 - Inner London – East
Main site or place of performance
Primary and Secondary Academies in Hackney, Islington, Southwark and Newham.
two.2.4) Description of the procurement
The City of London Academies Trust (COLAT) is a highly successful Trust operating ten primary and secondary academies in London. Out of these, five have in-house services, four are outsourced and one Sixth Form, which is set to open next year, currently has no catering service. The Trust has approximately 8,000 students, ranging from 6 to 18 years old, supported by a team of 1,000 teaching and support staff. The Trust is tendering their catering services across three Lots in a two stage tender process under the Light Touch Regime:• Lot One includes three primary academies: COLA Primary Islington, Redriff and Galleywall. Annual sales turnover is £513,716.• Lot Two has two secondary academies with family-style dining: COLA Shoreditch Park and The City Academy Hackney. Annual sales turnover is £1,089,685.• Lot Three consists of five secondary academies with counter service: COLA Highgate Hill, Highbury Grove, Islington, Newham Collegiate Sixth Form (opening a new café by September 2025) and COLA Southwark. Annual sales turnover is £1,095,388. The catering services have an annual turnover in excess of £2.6M must reflect the high aspirations of the trust and every Headteacher, and they are tendering their catering services to deliver the very best service for every student at the Trust. The contract start date is the 1st of August 2025 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. The majority of staff in the catering teams of all three Lots have LGPS pensions.
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: £8,500,000
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 November 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
cocommercial@crowncommercial.gov.uk
Telephone
+44 2072761234
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office/about/procurement
six.4.2) Body responsible for mediation procedures
Cohesion Consulting Ltd
16 Mount Pleasant
Tunbridge Wells
TN1 1QU
info@cohesionconsultingltd.co.uk
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
glenn@Cohesionconsulting.co.uk
Telephone
+44 1892251001
Country
United Kingdom