Opportunity

Catering and Corporate Hospitality Services

  • University of Ulster

F02: Contract notice

Notice reference: 2021/S 000-008275

Published 19 April 2021, 10:55pm



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.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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 and Corporate Hospitality Services

Reference number

project_25761/ itt_35428

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.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 is seeking to appoint 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 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.

The University will be relocating the majority of the existing Jordanstown student and staff population to the new enhanced Belfast campus during the summer of 2021 and therefore no on-going catering provision is required at Jordanstown campus, although vending and limited ad hoc corporate event catering will be required for the 2021-2022 academic year.

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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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.2.6 includes the initial 7 year contract period and the option to extend the contract for any periods up to and including 60 months.


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

As stated in the procurement documents.

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


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: 2020/S 199-483816

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

Date

24 May 2021

Local time

3:00pm

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

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 May 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract 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).