Section one: Contracting authority
one.1) Name and addresses
University of Kent
The Registry
Canterbury, Kent
CT2 7NZ
Contact
Hayley Deville
Telephone
+44 7921487620
Country
United Kingdom
Region code
UKJ44 - East Kent
National registration number
XN5452
Internet address(es)
Main address
https://www.kent.ac.uk/finance/procurement.html
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
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=83881&B=UNIVERSITYKENT
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=83881&B=UNIVERSITYKENT
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
Project Tide
Reference number
MR23_005
two.1.2) Main CPV code
- 55520000 - Catering services
two.1.3) Type of contract
Services
two.1.4) Short description
Project Tide, is a key initiative under the Commercial Services and Estates contributions to the Kent 2030 strategy, that is designed to enhance the effectiveness and efficiency of the University’s operations. This project specifically targets the Catering Department by seeking a reputable third-party contract caterer to partner with. This strategic move will enable the University to focus on its core educational offerings while leveraging the expertise and capabilities of a specialised partner.
As part of the Kent 2030 strategy, Commercial Services and Estates are dedicated to delivering an exceptional student experience and adding value on campus. The University is seeking an experienced contract catering provider who will allow the University to redirect resources towards key change requirements, implement its catering strategy, enhance customer experience through technological advancements and modernised offering.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55520000 - Catering services
two.2.3) Place of performance
NUTS codes
- UKJ44 - East Kent
Main site or place of performance
University of Kent, Canterbury
two.2.4) Description of the procurement
The scope of works encompasses several key areas. Service provision will involve comprehensive catering across multiple outlets, offering a diverse range of high-quality food and beverage options that cater to various dietary needs and preferences and enhance the student and staff experience across the campus.
The University seeks a third-Party provider who can be innovative with investments in modernisation through refurbishments, systems and facility upgrades, and the adoption of new and creative food service and presentation methods.
The University is looking for proposals that demonstrate the ability to create, develop and deliver solutions to meet our objectives. We understand that the proposals and tender can only share indicative deliverables and that a discovery phase will be required to outline final deliverables.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This contract is for a period of 5 years with the option to extend for 2 years in 12 month negotiations.
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.1.2) 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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 August 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom