The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
Food and Beverage Provision within Ulster University
Reference number: project_24786
II.1.2) Main CPV code
15000000
II.1.3) Type of contract
Services
II.1.4) Short description
Ulster University (University) is seeking to appoint a contractor(s) to provide onsite catering services across its 4 campus locations in Coleraine, Jordanstown, Magee (Derry~Londonderry) and the new Greater Belfast Campus (once opened). The successful contractor(s) will manage and supply a high quality, innovative and competitively priced catering offer across 6 key areas as follows:
— retail ctering (including Jordanstown convenience store),
— corporate hospitality,
— conference and event catering,
— students’ union bar and catering,
— vending,
— mobile food vans (as and when required to meet the evolving needs of students, staff and visitors) economic operators should note that the existing Belfast campus does not form part of this competition.
II.1.5) Estimated total value
Value excluding VAT:
42 560 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The University will not award a contract for all four (4) lots. It is the University’s intention following conclusion of the competition to award either:
(a) a contract to the successful economic operator for Lot 1 only; or
(b) a contract to each of the successful economic operator(s) for Lots 2, 3 and 4.
Lot No: 1
II.2.1) Title
Provision of all Food and Beverage (including all Vending) Across all Campuses and Student’s Union Food and Beverage Provision Across all Campuses, including 1 Bar at the Coleraine Campus
II.2.2) Additional CPV code(s)
42933000
55300000
55330000
55400000
55410000
55500000
55520000
55523000
55900000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
The services must be provided across the four campus locations in Coleraine, Jordanstown, Magee (Derry~Londonderry) and the new Greater Belfast campus (once opened).
II.2.4) Description of the procurement
The University is seeking to appoint a corporate and retail catering provider(s) who have the experience, creativity and ability to deliver the type of service requirements outlined below to the highest standards. The contract for Lot 1 encompasses the provision of all food and beverage including all vending across all campuses and Student’s Union food and beverage provision across all campuses, including one bar at the Coleraine campus.
Service lines and revenue streams under the Contract are as follows:
— fuelling (meals and sit-down service),
— snacking (grab and go and café offers),
— corporate catering (hospitality, events and conferences),
— student union (bars and catering),
— retail (SPAR and convenience offers),
— vending,
— mobile food vans.
Economic operators should note that, subject to licensing, there may also be the opportunity for new or additional liquor sales or bar provision at 1 or more campuses during the term of the contract.
It is anticipated that the University will be relocating the majority of the existing Jordanstown student and staff population to the new Greater Belfast campus during the academic year of 2020/2021. While the date for
The move from Jordanstown is still to be confirmed, the planning assumption should be for a phased move of the majority of staff and students between early 2021 and Summer 2021. Furthermore, significantly reduced provision (at the same or an alternative space on campus) may (at the University’s discretion) need to be maintained at the Jordanstown campus for the duration of the Contract(s). The Contractor(s) for Lot 1 or Lots 2, 3 and 4 (as applicable) may, upon request, be required to transfer the provision of the services (as required) (in relation to either Lot 1 or Lots 2, 3 and 4 (as applicable)) from Jordanstown to the Greater Belfast campus, while maintaining a reduced presence in Jordanstown. Given that the future of the Jordanstown campus is not
Finalised at this stage, the provision of all or part of the services at Jordanstown under any lot will be subject to termination by the University, at its discretion, upon 6 months’ notice. For the avoidance of doubt, the existing Belfast campus does not form part of this contract.
The University and the successful contractor(s) will enter into an agency agreement. Under this, the successful contractor(s) shall be appointed as an agent by the University to provide the services for the relevant lot(s) for and on behalf of the University. The contractor(s) will purchase foodstuffs and other consumables and provide the services in its capacity as an agent. The form of draft contract for each lot will be disclosed to economic operators invited to participate in the negotiation stage of the competition.
It is envisaged that the contract with the successful contractor(s) for each lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
21 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
It is envisaged that the Contract with the successful contractor(s) for each Lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
The University will not award a contract for all four (4) lots. It is the University’s intention following conclusion of the Competition to award either:
(a) a contract to the successful economic operator for Lot 1 only; or
(b) a contract to each of the successful economic operator(s) for Lots 2, 3 and 4. The invitation to negotiate documentation to be issued to shortlisted economic operators will detail the criteria and process to be adopted to determine whether the University awards a single contract for Lot 1 or separate contracts for Lots 2, 3 and 4. It is envisaged that the choice between lots will be made on the basis of both the quality and price proposals put forward, including potentially the variety of offering, choice, customer service and value for money proposed.
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
Food and Beverage Provision Across all Campuses
II.2.2) Additional CPV code(s)
55300000
55330000
55400000
55500000
55520000
55523000
55900000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
The services must be provided across the four campus locations in Coleraine, Jordanstown, Magee (Derry~Londonderry) and the new Greater Belfast campus (once opened).
II.2.4) Description of the procurement
The University is seeking to appoint a corporate and retail catering provider(s) who have the experience, creativity and ability to deliver the type of service requirements outlined below to the highest standards. The contract for Lot 2 encompasses the provision of all food and beverage across all campuses.
Service lines and revenue streams under the contract are as follows:
— fuelling (meals and sit-down service),
— snacking (grab and go and café offers),
— corporate catering (hospitality, events and conferences),
— retail (SPAR and convenience offers),
— mobile food vans.
It is anticipated that the University will be relocating the majority of the existing Jordanstown student and staff population to the new Greater Belfast campus during the academic year of 2020/2021. While the date for
The move from Jordanstown is still to be confirmed, the planning assumption should be for a phased move of the majority of staff and students between early 2021 and summer 2021. Furthermore, significantly reduced provision (at the same or an alternative space on campus) may (at the University’s discretion) need to be maintained at the Jordanstown campus for the duration of the contract(s). The contractor(s) for Lot 1 or Lots 2, 3 and 4 (as applicable) may, upon request, be required to transfer the provision of the Services (as required) (in relation to either Lot 1 or Lots 2, 3 and 4 (as applicable)) from Jordanstown to the Greater Belfast campus, while maintaining a reduced presence in Jordanstown. Given that the future of the Jordanstown campus is not finalised at this stage, the provision of all or part of the Services at Jordanstown under any Lot will be subject to termination by the University, at its discretion, upon 6 months’ notice. For the avoidance of doubt, the existing Belfast campus does not form part of this contract.
The University and the successful contractor(s) will enter into an agency agreement. Under this, the successful contractor(s) shall be appointed as an agent by the University to provide the services for the relevant lot(s) for and on behalf of the University. The contractor(s) will purchase foodstuffs and other consumables and provide the services in its capacity as an agent. The form of draft contract for each lot will be disclosed to economic operators invited to participate in the negotiation stage of the competition.
It is envisaged that the contract with the successful contractor(s) for each lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
18 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
It is envisaged that the Contract with the successful Contractor(s) for each lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
The University will not award a contract for all four (4) lots. It is the University’s intention following conclusion of the competition to award either:
(a) a contract to the successful economic operator for Lot 1 only; or
(b) a contract to each of the successful economic operator(s) for Lots 2, 3 and 4. The invitation to negotiate documentation to be issued to shortlisted economic operators will detail the criteria and process to be adopted to determine whether the University awards a single Contract for Lot 1 or separate Contracts for Lots 2, 3 and 4. It is envisaged that the choice between lots will be made on the basis of both the quality and price proposals put forward, including potentially the variety of offering, choice, customer service and value for money proposed.
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
Vending Provision Across all Campuses
II.2.2) Additional CPV code(s)
42933000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
The services must be provided across the four campus locations in Coleraine, Jordanstown, Magee (Derry~Londonderry) and the new Greater Belfast campus (once opened).
II.2.4) Description of the procurement
The University is seeking to appoint a corporate and retail catering provider(s) who have the experience, creativity and ability to deliver the type of service requirements outlined below to the highest standards. The contract for Lot 3 encompasses the provision of all vending services across all campuses.
It is anticipated that the University will be relocating the majority of the existing Jordanstown student and staff population to the new Greater Belfast campus during the academic year of 2020/2021. While the date for
The move from Jordanstown is still to be confirmed, the planning assumption should be for a phased move of the majority of staff and students between early 2021 and summer 2021. Furthermore, significantly reduced provision (at the same or an alternative space on campus) may (at the University’s discretion) need to be maintained at the Jordanstown campus for the duration of the contract(s). The contractor(s) for Lot 1 or Lots 2, 3 and 4 (as applicable) may, upon request, be required to transfer the provision of the Services (as required) (in relation to either Lot 1 or Lots 2, 3 and 4 (as applicable)) from Jordanstown to the Greater Belfast campus, while maintaining a reduced presence in Jordanstown. Given that the future of the Jordanstown campus is not finalised at this stage, the provision of all or part of the services at Jordanstown under any lot will be subject to termination by the University, at its discretion, upon 6 months’ notice. For the avoidance of doubt, the existing Belfast campus does not form part of this contract.
The University and the successful contractor(s) will enter into an agency agreement. Under this, the successful contractor(s) shall be appointed as an agent by the University to provide the services for the relevant lot(s) for and on behalf of the University. The contractor(s) will purchase foodstuffs and other consumables and provide the Services in its capacity as an agent. The form of draft Contract for each lot will be disclosed to economic operators invited to participate in the negotiation stage of the competition.
It is envisaged that the contract with the successful contractor(s) for each lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
560 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
It is envisaged that the contract with the successful contractor(s) for each lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further two periods of up to 12 months each (5 + 1 + 1).
The University will not award a contract for all four (4) lots. It is the University’s intention following conclusion of the Competition to award either:
(a) a Contract to the successful economic operator for Lot 1 only; or
(b) a contract to each of the successful economic operator(s) for Lots 2, 3 and 4. The invitation to negotiate documentation to be issued to shortlisted economic operators will detail the criteria and process to be adopted to determine whether the University awards a single contract for Lot 1 or separate contracts for Lots 2, 3 and 4. It is envisaged that the choice between lots will be made on the basis of both the quality and price proposals put forward, including potentially the variety of offering, choice, customer service and value for money proposed.
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: 4
II.2.1) Title
Student’s Union Food and Beverage Provision at all Campuses, including 1 Bar at the Coleraine Campus
II.2.2) Additional CPV code(s)
55300000
55400000
55410000
55520000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
The services must be provided across the four campus locations in Coleraine, Jordanstown, Magee (Derry~Londonderry) and the new Greater Belfast campus (once opened).
II.2.4) Description of the procurement
The University is seeking to appoint a corporate and retail catering provider(s) who have the experience, creativity and ability to deliver the type of service requirements outlined below to the highest standards.
The contract for Lot 4 encompasses Student’s Union food and beverage provision at all campus, including 1 bar at the Coleraine campus.
Economic operators should note that, subject to licensing, there may also be the opportunity for new or additional liquor sales or bar provision at 1 or more campuses during the term of the contract.
It is anticipated that the University will be relocating the majority of the existing Jordanstown student and staff population to the new Greater Belfast campus during the academic year of 2020/2021. While the date for the move from Jordanstown is still to be confirmed, the planning assumption should be for a phased move of the majority of staff and students between early 2021 and summer 2021. Furthermore, significantly reduced provision (at the same or an alternative space on campus) may (at the University’s discretion) need to be maintained at the Jordanstown campus for the duration of the contract(s). The contractor(s) for Lot 1 or Lots 2, 3 and 4 (as applicable) may, upon request, be required to transfer the provision of the services (as required) (in relation to either Lot 1 or Lots 2, 3 and 4 (as applicable)) from Jordanstown to the Greater Belfast campus, while maintaining a reduced presence in Jordanstown. Given that the future of the Jordanstown campus is not finalised at this stage, the provision of all or part of the services at Jordanstown under any lot will be subject to termination by the University, at its discretion, upon 6 months’ notice. For the avoidance of doubt, the existing Belfast campus does not form part of this contract.
The University and the successful contractor(s) will enter into an agency agreement. Under this, the successful contractor(s) shall be appointed as an agent by the University to provide the services for the relevant lot(s) for and on behalf of the University. The contractor(s) will purchase foodstuffs and other consumables and provide the services in its capacity as an agent. The form of draft contract for each lot will be disclosed to economic operators invited to participate in the negotiation stage of the competition.
It is envisaged that the contract with the successful contractor(s) for each lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
It is envisaged that the contract with the successful contractor(s) for each Lot will be for an initial period of five (5) years with an option for the University, acting at its discretion, to extend by a further 2 periods of up to 12 months each (5 + 1 + 1).
The University will not award a contract for all four (4) lots. It is the University’s intention following conclusion of the competition to award either:
(a) a contract to the successful economic operator for Lot 1 only; or
(b) a contract to each of the successful economic operator(s) for Lots 2, 3 and 4. The invitation to negotiate documentation to be issued to shortlisted economic operators will detail the criteria and process to be adopted to determine whether the University awards a single contract for Lot 1 or separate contracts for Lots 2, 3 and 4. It is envisaged that the choice between lots will be made on the basis of both the quality and price proposals put forward, including potentially the variety of offering, choice, customer service and value for money proposed.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
This process is being conducted competitively in accordance with the Public Contracts Regulations 2015 (as amended). The procedure being followed for this procurement is the competitive procedure with negotiation (Regulation 29).
The University reserves the right to reject any or all PQQ responses or tender response(s) and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis, the procedure and the timescales set out or referred to in the procurement documents; to require an economic operator to clarify its PQQ Response or tender response(s) in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the PQQ or tender evaluation process or negotiation process.
The University does not bind itself to accept the lowest or any tender.
Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the economic operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the University at any time.
No legally binding contract shall arise (and an economic operator shall have no legitimate expectation that a contract(s) will be entered into) until such time as entry into the contract(s) has been confirmed by the University.
Economic operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the University reserves the right to change any or all of them.
The University will invite only the top three (3) ranked economic operators for each lot to participate in the negotiation stage. Economic operators will only be invited to negotiate for those lots which they have submitted a PQQ Response for and for which they have been shortlisted. Economic operators must therefore take care when completing the PQQ Response in accordance with the instructions below.
(a) if an economic operator wishes to tender to provide all Services required by the University, it is envisaged that, to maximise the economic operator’s prospects of success, that the economic operator would apply for each of:
— Lot 1 (in case the University decides, in accordance with the evaluation process and choice between lots described in the invitation to negotiate, to award a single contract for Lot 1), and
— Lots 2, 3 and 4 (in case the University decides in accordance with the evaluation process and choice between Lots described in the invitation to negotiate, to award a contract for each of Lots 2, 3 and 4);
(b) if an economic operator is not capable of or interested in tendering for all services required by the University, across all campuses, it can submit a PQQ Response for any combination of Lots 2, 3 and/or 4. Please note, however, that the University may not award a contract(s) for Lots 2, 3 and/or 4, as outlined above;
(c) the University reserves the right not to award a contract for any lot or lots, and furthermore, to award a contract for part of lot, acting at its discretion.