Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123760
Country
United Kingdom
NUTS code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
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).