Tender

Internationally Recognised Coffee Brand

  • University of Nottingham

F02: Contract notice

Notice identifier: 2021/S 000-025511

Procurement identifier (OCID): ocds-h6vhtk-02eb14

Published 12 October 2021, 4:42pm



Section one: Contracting authority

one.1) Name and addresses

University of Nottingham

Kings Meadow Campus, Lenton Lane

Nottingham

NG7 2NR

Contact

Charles Ellis

Email

BB-Procurement@exmail.nottingham.ac.uk

Country

United Kingdom

NUTS code

UKF14 - Nottingham

Internet address(es)

Main address

https://www.nottingham.ac.uk/

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.