Catering Services University of Cambridge
Supply of catering hospitality and platter services to the University of Cambridge.
UK-Cambridge: catering services
2012/S 63-102278
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Chancellor, Masters and Scholars of the University IOF Cambridge
Procurement Services, 1st Floor, Greenwich House, Madingley Rise, Madingley Road
Contact point(s): Procurement Services
For the attention of: Tim Young and Andrew Gillies
CB3 0TX Cambridge
UNITED KINGDOM
Telephone: +44 1223332234 / 1223766674
E-mail: purchasing.intend@admin.cam.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofcambridge
Address of the buyer profile: https://in-tendhost.co.uk/universityofcambridge
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Other: Higher Education/Research
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of catering hospitality and platter services to the University of Cambridge.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Cambridge.
NUTS code UKH1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 000 000 GBP
Frequency and value of the contracts to be awarded: Initial contract period is 2 years but this may be extended in annual periods for a further 2 years.
II.1.5)Short description of the contract or purchase(s)
The University currently orders (through a number of suppliers) catering hospitality services and food platters for delivery to various locations throughout its Estate. To provide better continuity, quality and service the University is seeking to tender the provision of Hospitality Services (LOT 1) and Platter Services (LOT 2) and wishes to appoint no more than four preferred suppliers for each LOT. Customers would be encouraged to use these preferred suppliers and make their choice based on selection, quality, service and price. Suppliers may bid for one or both LOTS.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The University currently orders (through a number of suppliers) catering hospitality services and food platter services for delivery to locations throughout its Estate. Virtually all of the 100+ buildings where delivery may be required are within 4 miles of the centre of Cambridge To provide better continuity, quality and service the University is seeking to tender the supply of hospitality (LOT 1)and platters (LOT 2) and wishes to appoint no more than four preferred suppliers for each LOT. There is no guaranteed level of business and Departments will make independent purchasing decisions. Departments will be encouraged to use these preferred suppliers and make their choice based on selection, quality, service and price.
For certain specialist services such as kosher catering, other suppliers outside of this contract will be considered.
II.2.2)Information about options
Options: yes
Description of these options: The University reserves the option to extend the initial contract period from 2 years to a maximum of 4 years by 2 annual increments.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Provision of Hospitality Services
1)Short description
The University of Cambridge regularly requires catering for events that it provides. This usually includes the provision of staff, equipment, crockery, cutlery as well as hot and/or cold food.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The University intends to select a maximum of 4 preferred suppliers under a framework contract. Customers (mainly University Departments) will be encouraged to choose a preferred supplier based on selection, price, service and quality.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Provision of Platter Services
1)Short description
The University of Cambridge regularly requires a platter service for events that it provides. This service does not require the provision of attended staff, equipment.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The University intends to select a maximum of 4 preferred suppliers under a framework contract. Customers (mainly University Departments) will be encouraged to choose a preferred supplier based on selection, price, service and quality.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the tender documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documents.
Minimum level(s) of standards possibly required:
As detailed in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
UCAM 021/12
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 12.4.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.5.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
until: 1.9.2012
IV.3.8)Conditions for opening tenders
Date: 14.5.2012
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The University of Cambridge is not a public body within the meaning of the Public Contracts Regulations 2006 (Directive 2004/18) and is not subject to the procurement legislation. Where the University advertises contracts in the Official Journal of the European Union, it does so on a voluntary basis and does not undertake any obligation to comply with the procurement legislation. The University reserves its rights in full to adapt or step outside the procedures in the procurement legislation as the University considers necessary.
Information about the tender process to be followed does not amount to a legally binding offer by the University to follow the process so described. The University reserves the right not to follow or to modify the procedures as the University considers necessary.
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website:
https://in-tendhost.co.uk/universityofcambridge in order to receive documentation. After registering the tender documenation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by the University. Tenders shall not be sent and will not be accepted by fax or e-mail.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.3.2012