Section one: Contracting authority/entity
one.1) Name and addresses
Sheffield Hallam University
SHEFFIELD
S1 1WB
Contact
Procurement Team
strategicprocurement@shu.ac.uk
Telephone
+44 1142253431
Country
United Kingdom
Region code
UKE32 - Sheffield
UK Register of Learning Providers (UKPRN number)
10005790
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/sheffieldhallamuniversity
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
https://www.in-tendhost.co.uk/sheffieldhallamuniversity
one.6) Main activity
Other activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
2324-80-EST-AS ITT FOR A CATERING CONCESSION CONTRACT OPPORTUNITY FOR HOWARD STREET BUILDING
Reference number
2324-80-EST-AS
two.1.2) Main CPV code
- 55300000 - Restaurant and food-serving services
two.1.3) Type of contract
Services
two.1.4) Short description
ITT for a Concession Contract for the Provision of Catering Services - 2324-80-EST-AS
Sheffield Hallam is looking for a partner/s for two opportunities to be run out of our new flagship Howard Street building: a Café/Deli and a 100 Cover Restaurant.
Both Opportunities are in a prime retail and hospitality destination , based on Howard street Sheffield, (post code S1 1WB) adjacent to Sheffield Hallam University and a short distance to the train station. This central location has one of the highest pedestrian footfall within the city, making this an attractive for a prospective operator.
The opportunity requires no large capital investment as both units are offered turnkey and are fully furnished and FF&E equipped.
This is being run under the Concession Contracts Regulation 2016
two.1.5) Estimated total value
Value excluding VAT: £11,900,000
two.1.6) Information about lots
This concession is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - Cafe/DeliLot 2 - Restaurant
two.2) Description
two.2.1) Title
Cafe/Deli
Lot No
1
two.2.2) Additional CPV code(s)
- 55330000 - Cafeteria services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Sheffield
two.2.4) Description of the procurement
This opportunity will be conducted through a Three-Stage Process.
This approach has been taken to encourage applications for a variety of operators including SMEs and is intended to minimise the burden of the bidding process by only requiring more input if they are successful at an earlier stage.
Those meeting the minimum Selection Criteria will be invited to submit a proposal.
Following an initial evaluation of proposals, a shortlist of 3 operators will be selected to enter the final stage to clarify and negotiate a Best and Final Offer.
Best and Final Offers will be evaluated using a combination of quality and commercial criteria and the best scoring operator will be awarded the contract.
Full details of the bidding process can be found in Attachment 1 on the Tender Documents
Full details of the evaluation process can be found in Attachment 2 on the Tender Documents
STAGE 1 - SELECTION QUESTION
Any operator can engage with the process by completing the required information in Attachment 5a in the Tender documents and answering the selection question which requires you to outline your experience. You must then upload your response to the Intend System by the deadline.
Supplier Questionnaire
To express an interest in the opportunity you need to complete the Supplier Questionnaire and Selection Question.
The supplier questionnaire requires you to complete your basic business information and your bidding model. i.e. whether you intend to submit a proposal in your own right, use any subcontracting arrangements or bid as part of a consortium.
As the University is classed as Public Body it also requires you to declare that you are not subject to any of the mandatory or discretionary exclusions.
While these are self-declarations, we will conduct due diligence on your response prior to awarding any contract to you.
The Selection Question is a single selection question which asks You to outline your knowledge and experience in relation to operating a similar type of business.
The purpose of this question is for Us to ascertain whether You have the required experience, capacity and capability to perform the contract.
This stage also includes Bidder Engagement Events to be held at Sheffield Hallam University.
STAGE 2 - Submission of Proposal & Shortlisting
If you successfully pass the selection stage, you will be invited to Stage 2 which includes the submission of your proposal in the form of providing detailed responses to the questions outlined below.
These include the main elements of a business plan that you would submit to a bank or lender to start a business, for example your business concept, financial plan, sample menus and pricing. In addition, there are some questions to ensure that We can partner with a quality operator that shares our values.
Each question is weighted, with some being given a higher weighting than others, to indicate their relative importance.
While for this Stage the focus of Evaluation will be on the Quality of the proposals, you will also be required to submit an initial commercial proposal for discussion at Stage 3.
The initial proposals will be evaluated, and a shortlist of 3 operators will be drawn up. These operators will be invited to participate in Stage 3.
In the event that 2 or more operators score the same for the 3rd ranked place, these operators will all be invited to participate in Stage 3.
STAGE 3 - Final Evaluation & Contract Award
If you are shortlisted for stage 3 you will be invited to detailed discussions to allow us understand your proposals. While these will not be scored, they will be used to clarify and validate your proposal and will inform the final quality score.
This will include:
• A presentation of your proposal where We will ask any clarification questions in order to fully understand your proposals
• A visit by Us to one of your existing sites to allow us to validate certain parts of your bid.
• If you do not have a current site available, validation of your submission will be undertaken via an additional in-person clarification interview.
We will also hold commercial discussions around what the final deal would look like prior to you submitting your best and final offer. This may include:
• Proposed rent
• Contract length
• Any proposed revenue sharing arrangement
Please note that the commercial discussions will also not be scored. Final evaluation will be based solely on the content of your submitted best and final offer (BAFO) which you will be asked to submit at the end of Stage 3.
FULL DETAILS OF THE WEIGHTINGS, EVALUATION CRITERIA AND SCORING CAN BE FOUND IN THE TENDER DOCUMENTS
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,300,000
two.2.7) Duration of the concession
Duration in months
120
two.2.14) Additional information
The contract is expected to commence on 01 Aug 2025 for a period of 10 years but this is negotiable
two.2) Description
two.2.1) Title
Restaurant
Lot No
2
two.2.2) Additional CPV code(s)
- 55300000 - Restaurant and food-serving services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Sheffield
two.2.4) Description of the procurement
The same details as in Lot 1 apply however:
For the Restaurant opportunity (only) evidence of experience of successfully launching a new business of a similar nature is required.
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,600,000
two.2.7) Duration of the concession
Duration in months
120
two.2.14) Additional information
The contract is expected to commence on 01 August 2025 for a period of 10 years but this is subject to negotiation
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, indication of information and documentation required
This information can be found within the tender 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
three.2) Conditions related to the concession
three.2.3) Information about staff responsible for the performance of the concession
Obligation to indicate the names and professional qualifications of the staff assigned to performing the concession
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Originally published as:
Date
31 January 2025
Local time
2:00pm
Changed to:
Date
3 February 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Sheffield Hallam University
Sheffield
S1 1WB
Country
United Kingdom