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

Food and Beverage Provision within Ulster University

  • First published: 22 March 2019
  • Last modified: 22 March 2019
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Ulster University
Authority ID:
AA75143
Publication date:
22 March 2019
Deadline date:
15 April 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ulster University

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

UK

Contact person: Sharon Gault

Telephone: +44 2870123013

E-mail: s.gault@ulster.ac.uk

NUTS: UKN0

Internet address(es)

Main address: http://www.ulster.ac.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://e-sourcingni.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://e-sourcingni.bravosolution.co.uk/web/login.shtml


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

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.

II.2) Description

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2.2) Contract performance conditions

The University reserves the right to require bonds, deposits, guarantees (including a parent company guarantee), collateral warranty or other appropriate forms of undertaking or security to ensure proper contractual performance.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/04/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

VI.3) Additional information

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.

To clarify:

(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.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3 JY

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University will incorporate a minimum 10 calendar days standstill period at the point information on award of the contract(s) is communicated to all economic operators. The standstill period provides time for unsuccessful economic operators to challenge the award decision before the contract(s) is entered into. The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

VI.5) Date of dispatch of this notice

15/03/2019

Coding

Commodity categories

ID Title Parent category
55410000 Bar management services Beverage-serving services
55400000 Beverage-serving services Hotel, restaurant and retail trade services
55330000 Cafeteria services Restaurant and food-serving services
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
15000000 Food, beverages, tobacco and related products Agriculture and Food
55300000 Restaurant and food-serving services Hotel, restaurant and retail trade services
55900000 Retail trade services Hotel, restaurant and retail trade services
42933000 Vending machines Centrifuges, calendering or vending machines

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:
s.gault@ulster.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.