Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Catering Outsourced Services Framework

  • First published: 10 February 2023
  • Last modified: 10 February 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-035193
Published by:
London Universities Purchasing Consortium
Authority ID:
AA22211
Publication date:
10 February 2023
Deadline date:
13 March 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
55500000 Canteen and catering services Hotel, restaurant and retail trade services
55520000 Catering services Canteen and catering services
55523000 Catering services for other enterprises or other institutions Catering services
55524000 School catering services Catering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
J.McLoughlin@lupc.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.