Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
UK
Telephone: +44 2076063030
E-mail: Daria.Faeti@cityoflondon.gov.uk
NUTS: UKI31
Internet address(es)
Main address: https://www.cityoflondon.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Prestigious Sites Catering Service
Reference number: itt_COL_17852
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
The estimated contract value over seven (7) years is £25.5m. This has been calculated on the basis that this will be a £5m service contract, the concession element will be the £18.5m estimated supplier turnover and there will also be £2m commission income to the City of London Corporation (along with £340K investment requirement from the supplier).
Summary of requirements:
The Supplier shall be responsible for providing to the Mansion House:
• Civic Events - catering services for annual set-piece events in each Mayoral year, alongside further State or VIP events as they arise.
• Commercial Catering - catering services for external hire commercial clients, supporting the Mansion House income generation plans.
• Charity & Livery Functions - catering services for these further external hire clients, also in support of the Mansion House income generation plans.
• Private Domestic – a ‘food only’ provision for smaller dinners (up to twenty covers) within the Lord Mayor’s apartment
The Supplier shall be responsible for providing the following for the Central Criminal Court:
• Shrieval and Judges Lunches
• Catering services for evening and weekend events
• Breakfast and Lunch provisions for Barristers in Barristers Mess
• Jurors' lunches and ad-hoc grab and go catering provision.
• Catering options in the form of a “Convenience Hub” vending service for 2nd floor
• Kitchen Maintenance ensuring all Food Safety and Health and Safety compliance is met.
• Staffing of the Jurors’, Barrister’s Mess & Judges Dining Room when required
• Appropriate till system
• All sundries to include cutlery, crockery, white linen, staff uniforms
II.1.5) Estimated total value
Value excluding VAT:
25 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39310000
42933000
55500000
II.2.3) Place of performance
NUTS code:
UKI31
II.2.4) Description of the procurement
The City Corporation is looking to appoint one single catering provider to run catering services in the City Corporation’s prestigious sites. Including the initial scope of the contract are Mansion House and the Central Criminal Court.
The duration of the contract is five (5) years, subject to the right of the City Corporation (at its sole discretion) to exercise its right to extend the Contract by up to two (2) years. The maximum length of the contract is therefore seven (7) years.
The estimated contract value over seven (7) years is £25.5m. This has been This has been calculated on the basis that this will be a £5m service contract, the concession element will be the £18.5m estimated supplier turnover and there will also be £2m commission income to the City of London Corporation (along with £340K investment requirement from the supplier).
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical/Quality
/ Weighting: 50
Quality criterion: Responsible Procurement
/ Weighting: 15
Quality criterion: Price/Commercial
/ Weighting: 35
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2029
This contract is subject to renewal: Yes
Description of renewals:
The contract is expected to be for five (5) years, with an option to extend for a further two (2) years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
As stated within the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated within the procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2023/S 000-035267
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/02/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/01/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.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 £3,643,000.
We have reduced the timeframe for receipt of tenders following the publication of a PIN2023/S 000-035267
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
UK
VI.5) Date of dispatch of this notice
23/01/2024