Awarded contract

Catering and Corporate Hospitality Services

  • University of Ulster

F03: Contract award notice

Notice reference: 2022/S 000-002921

Published 1 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

d.quinn@ulster.ac.uk

Telephone

+44 2870123760

Country

United Kingdom

NUTS code

UKN - Northern Ireland

National registration number

NIC100166

Internet address(es)

Main address

www.ulster.ac.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Catering and Corporate Hospitality Services

Reference number

Project_25761

two.1.2) Main CPV code

  • 55000000 - Hotel, restaurant and retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

Catering and Corporate Hospitality Services

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £30,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 55300000 - Restaurant and food-serving services
  • 55310000 - Restaurant waiter services
  • 55320000 - Meal-serving services
  • 55330000 - Cafeteria services
  • 55400000 - Beverage-serving services
  • 55410000 - Bar management services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55523000 - Catering services for other enterprises or other institutions
  • 55900000 - Retail trade services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Ulster University has appointed a Contractor that will enable the University to deliver the best possible student, staff and visitor experience of Catering and Corporate Hospitality Services across our campuses and who has the experience, creativity and ability to deliver the type of service requirements outlined below to the highest standards.

The Contractor will be required to deliver a high quality, innovative and competitively priced catering offer across three key areas as follows:

1. Catering Services including:

• Retail catering / cafes / coffee shops (to include all outlets and UUSU catering spaces

where food and drinks are paid for at the point of sale); and

• Ulster University Students' Union (UUSU) bars, events and entertainment.

2. Vending Services.

3. Corporate Hospitality Services, including

• Corporate hospitality; and

• Conference and event catering (including mobile kiosks / street food vans to support events as required).

The Contractor will deliver the Services across Belfast, Coleraine and Magee campuses (and vending and limited occasional ad hoc event catering from September 2022 also at Jordanstown campus).

The Contractor will deliver the Services to ensure value for money for customers, provide a commercial return for the Contractor and allow for a financial return to the University.

It is anticipated that the University will be relocating the majority of the existing Jordanstown student and staff population to the new enhanced Belfast campus from January – August 2022 and therefore on-going catering provision at Jordanstown campus shall be reduced from May 2022 onwards, although vending and limited ad hoc corporate event catering will be required for the 2021-2022 academic year in Semesters Two and Three. The University and the successful Contractor will enter into an agency agreement. Under this, the successful Contractor shall be appointed as an agent by the University to provide the Services for and on behalf of the University. The Contractor will purchase foodstuffs and other consumables as principal and provide the services in its capacity as an agent.

Update regarding preparations for the return to all campuses and phased onboarding to new Belfast campus.

In summary:

- The University will adhere to all guidance provided in relation to the NI Executive Roadmap to Recovery.

- The University anticipates that during the 2021-2022 academic year , the majority of teaching that was due to take place in Blocks BC and BD on the Belfast campus will begin on our Jordanstown campus .

- By the beginning of Semester One of the 2022-2023 academic year it is anticipated that all lectures, tutorials and all other teaching that was scheduled to transfer to the Belfast campus in September 2021 shall be transferred to our Belfast campus.

The consequence is there will be a requirement for additional Catering services at the Jordanstown campus for the 2021-2022 academic year. There will also be limited requirement for Catering Services on the Belfast campus in the 2021-2022 academic year.

This briefing will have an impact on the delivery of Catering and Corporate Hospitality Services for this Contract. If the appointed Contractor wishes to provide Catering and Corporate Hospitality Services at Jordanstown campus for the 2021-2022 academic year, the University will work with the appointed Contractor to update the mobilisation plan to allow service provision at Jordanstown for the 2021-2022 academic year and a smooth transition to the Enhanced Belfast Campus (EBC) during the 2021-2022 academic year.

Any costs of providing services at Jordanstown that are not included as Direct Costs of Catering will be met by the University. Any transition costs from relocating services from Jordanstown campus to Belfast campus (EBC) will be met by the University.

Further details were provided in the published tender clarifications and procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Retail Catering, Cafes and Coffee Shop Services / Weighting: 11%

Quality criterion - Name: Hospitality and Event Catering Services / Weighting: 8%

Quality criterion - Name: UUSU Bars, Events and Entertainment / Weighting: 6%

Quality criterion - Name: Vending Services / Weighting: 4%

Quality criterion - Name: Management and Resource Allocation / Weighting: 6%

Quality criterion - Name: Customer Engagement and Feedback / Weighting: 6%

Quality criterion - Name: Marketing and Promotion Innovation / Weighting: 6%

Quality criterion - Name: Sustainability / Weighting: 4%

Quality criterion - Name: Mobilisation Plan / Weighting: 5%

Quality criterion - Name: Presentation / Weighting: 4%

Cost criterion - Name: Deficit Payments / Weighting: 9%

Cost criterion - Name: Surplus Payments / Weighting: 9%

Cost criterion - Name: Catering Services / Weighting: 9%

Cost criterion - Name: Corporate Hospitality Services / Weighting: 6%

Cost criterion - Name: Vending Services / Weighting: 2%

Cost criterion - Name: Investment Amount / Weighting: 5%

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated the contract will be for seven (7) years initially, with an option to extend for any periods up to and including sixty (60) months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated total value stated above in Section II.1.7 includes the initial 7 year contract period and the option to extend the contract for any periods up to and including 60 months.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-008275


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 January 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Compass Contract Services (UK) Limited

Parklands Court, 24 Parklands, Birmingham Great Park, Rubery

Birmingham

B45 9PZ

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
National registration number

02114954

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £30,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Vending, Events Programming, Catering Equipment and Electronic Point of Sales (EPOS).


Section six. Complementary information

six.3) Additional information

The estimated total value stated above in Section II.1.7 includes the initial 7 year contract period and the option to extend the contract for any periods up to and including 60 months.

The University cannot give any guarantee as to the future value or volume of business awarded through this contract. The University reserves the right to modify this contract, under Regulation 72(1)(a) of the Public Contract Regulations 2015, in events of higher or lower spend necessitated by unexpected occurrences.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JY

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to tenderers. The standstill period provided time for tenderers to challenge the award decision before the contract was entered into. The Public Contracts Regulations 2015 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).