Tender

Catering Outsourced Services Framework

  • London Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2023/S 000-004073

Procurement identifier (OCID): ocds-h6vhtk-035193

Published 9 February 2023, 4:09pm



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

Email

J.McLoughlin@lupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.lupc.ac.uk

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

Email

j.mcloughlin@lupc.ac.uk

Country

United Kingdom

Internet address

www.lupc.ac.uk