Section one: Contracting authority
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
Contact
Justin Mc Loughlin
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60075&B=LUPC
Tenders or requests to participate must be submitted to the above-mentioned address
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 Outsourced Services Framework
two.1.2) Main CPV code
- 55520000 - Catering services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £125,000,000
two.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
two.2) Description
two.2.1) Title
Catering Outsourced Services
Lot No
1
two.2.2) Additional CPV code(s)
- 55500000 - Canteen and catering services
- 55523000 - Catering services for other enterprises or other institutions
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Price - Weighting: 10
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Event Catering Services
Lot No
2
two.2.2) Additional CPV code(s)
- 55500000 - Canteen and catering services
- 55523000 - Catering services for other enterprises or other institutions
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Price - Weighting: 10
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Catering Consultancy Services
Lot No
3
two.2.2) Additional CPV code(s)
- 55500000 - Canteen and catering services
- 55523000 - Catering services for other enterprises or other institutions
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Price - Weighting: 10
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
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: 2022/S 000-019179
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 March 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 December 2023
four.2.7) Conditions for opening of tenders
Date
13 March 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
London Universities Purchasing Consortium
2nd Flr, Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
Country
United Kingdom