Contract notice

Information

Published

Expire date: 13/03/2023

External Reference: 2023-504757

FTS Reference: 2023-004073

Contract notice

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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 submitted
Tenders or requests to participate must be submitted
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  -  Catering services
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: 125000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Catering Outsourced Services
Lot No:  1
II.2.2)

Additional CPV code(s)

55500000  -  Canteen and catering services
55523000  -  Catering services for other enterprises or other institutions
55524000  -  School catering services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
II.2)

Description

II.2.1)

Title

Event Catering Services
Lot No:  2
II.2.2)

Additional CPV code(s)

55500000  -  Canteen and catering services
55523000  -  Catering services for other enterprises or other institutions
55524000  -  School catering services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
II.2)

Description

II.2.1)

Title

Catering Consultancy Services
Lot No:  3
II.2.2)

Additional CPV code(s)

55500000  -  Canteen and catering services
55523000  -  Catering services for other enterprises or other institutions
55524000  -  School catering services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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

Execution of the service is reserved to a particular profession
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  15
IV.1.8)

Information about the 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 FTS: 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

English
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
Internet address: www.lupc.ac.uk