Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Universities Purchasing Consortium
N/A
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
UK
Contact person: Justin Mc Loughlin
E-mail: J.McLoughlin@lupc.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.lupc.ac.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60075&B=LUPC
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60075&B=LUPC
Tenders or requests to participate must be sent to the abovementioned address
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
Catering Outsourced Services Framework
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
This invitation to tender ("ITT") is issued by London Universities Purchasing Consortium ("LUPC") for the establishment of a framework agreement for the procurement of Catering Outsourced Services. The services shall be available to use by all members of UKUPC. Further details can be found in the ITT documentation.
The Framework Agreement has been divided into the following Lots:
Lot 1 - Outsourced Catering Services
Lot 2 - Corporate Events Catering
Lot 3 - Catering Consultancy Services
Bidders for Lot 3 may not submit a response against Lot 1 and/or Lot 2.
The specification detailing the requirements is set out in the associated tender pack and should be read before Bidders respond to the ITT.
II.1.5) Estimated total value
Value excluding VAT:
125 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Catering Outsourced Services
II.2.2) Additional CPV code(s)
55500000
55523000
55524000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The lot includes onsite catering services for regular supply as a fully managed and delivered service across Members in England, Scotland, Wales and Northern Ireland.
Core services include but are not limited to:
• Refectory Services
• Cafeterias
• Student Meal Packages
• Cafes and Coffee Shops
• Grab and Go
• Branded Franchises
• Serviced Hospitality
• Commercial and Corporate Events and
• Licensed Bars
Further details are available in the associated Output Specification.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 80
Price
/ Weighting:
10
II.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:
One extension available for an additional 12 months.
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
Lot No: 2
II.2.1) Title
Event Catering Services
II.2.2) Additional CPV code(s)
55500000
55523000
55524000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Lot includes all catering services provided to support the delivery of refreshments for corporate and commercial activities across Members nationally.
The focus for this Lot is serviced hospitality and commercial and corporate events.
However, some Members may require additional catering services such as the provision of a cafeteria for specific events.
Further details can be found in the associated Output Specification document.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 80
Price
/ Weighting:
10
II.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:
One additional 12 month extension available.
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
Lot No: 3
II.2.1) Title
Catering Consultancy Services
II.2.2) Additional CPV code(s)
55500000
55523000
55524000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The services included within the Contract will be carried out by the Supplier in accordance with the Member Institution’s Specification which will be determined at further competition stage, all relevant legislation governing the catering industry, and in line with the Member Institution’s policy.
Please refer to the Output Specification for further details of the services under Catering Consultancy.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 80
Price
/ Weighting:
10
II.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:
One additional 12 month extension available.
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:
It is expected that those responding to this tender will have some experience in delivering these services to the HE sector and will have experience of responding to call-off processes from a Framework Agreement.
An understanding of the drivers to success (whether this be value for money, sustainability or any other factors) for the UKUPC membership base is important.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
All mandatory UK government legislation relating to catering, food and safety standards and workers conditions must be followed.
III.2.2) Contract performance conditions
Key performance indicators will be assessed through the framework and through the resultant call-off contracts awarded under the framework.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 15
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:
2022/S 000-019179
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/03/2023
Local time: 14:00
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
Tender must be valid until:
31/12/2023
IV.2.7) Conditions for opening of tenders
Date:
13/03/2023
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
London Universities Purchasing Consortium
2nd Flr, Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
UK
E-mail: j.mcloughlin@lupc.ac.uk
Internet address(es)
URL: www.lupc.ac.uk
VI.5) Date of dispatch of this notice
09/02/2023