Section one: Contracting authority
one.1) Name and addresses
University of Nottingham
Kings Meadow Campus, Lenton Lane
Nottingham
NG7 2NR
Contact
Charles Ellis
BB-Procurement@exmail.nottingham.ac.uk
Country
United Kingdom
NUTS code
UKF14 - Nottingham
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.in-tendhost.co.uk/universityofnottingham
Additional information can be obtained from the above-mentioned address
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
Internationally Recognised Coffee Brand
Reference number
1620/ITT/CE
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
The University of Nottingham requests tenders from sufficiently experienced and qualified suppliers to establish a framework agreement for the provision of Internationally Recognised Coffee Brand. The framework tender process is being managed by the University of Nottingham with the framework, once awarded, being available for use by the University of Wolverhampton and University of Leicester (the Universities). Tenderer’s should note, the University of Leicester does not have an immediate requirement to use this framework. A summary of requirements are provided below with further details available in the tender documentation.Further information is below.
two.1.5) Estimated total value
Value excluding VAT: £7,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 55300000 - Restaurant and food-serving services
- 55900000 - Retail trade services
- 55400000 - Beverage-serving services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Main site or place of performance
Campus operated by the University of Nottingham, University of Wolverhampton and University of Leicester.
two.2.4) Description of the procurement
As described above and further information is available in the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £10,160,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
As stated in the tender documentation
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
12 November 2021
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 November 2021
Local time
12:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Universities want to establish the framework because: - Responds to student experience survey requiring more brand leading coffee outlets.- Allow the Universities of Leicester, University of Nottingham and University of Wolverhampton to each enter into separate franchise agreements with an internationally recognised coffee brand owner.- The Universities wish to have a direct corporate relationship with the brand owner, they are not looking for a franchisee to operate these outlets.- The Universities will use their own staff to operate their coffee outlets, and this will remain the case. The Universities will retain any revenue from sales and will agree levels of royalties/marketing/delivery fees with the successful coffer brand owner. During quiet periods such as out of term periods where sales are low, the Universities would expect to negotiate a minimal royalty percentage or minimum fees with the franchisor.- The framework period is 4 years. The call-off franchise agreement will run for a 5 year period with an option to extend for up to a further 5 years period.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the contracting authority hasincorporated a minimum 10 calendar days standstill period starting from the day when contract award wasnotified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start ofthe standstill period including details of their bid in relation to the winning bid comprising the reasons for thedecision, the characteristics and relative advantages of the successful tender, the score of the economic operatorand the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided forwithin the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of Englandand Wales.