Soft Facilities Management London – Catering
The following facilities will be operated by the appointed caterer: Restaurant; Café; Breakout spaces and tea points.
United Kingdom-London: Restaurant and food-serving services
2014/S 214-379206
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Francis Crick Institute
Gibbs Building, 215 Euston Road
NW1 2BE London
UNITED KINGDOM
E-mail: tenders@crick.ac.uk
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 17: Hotel and restaurant services
NUTS code UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The following facilities will be operated by the appointed caterer:
— Restaurant;
— Café;
— Breakout spaces and tea points;
— Hospitality;
— Public and exhibitions coffee shop.
II.1.6)Common procurement vocabulary (CPV)
55300000, 55400000, 55500000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The following facilities will be operated by the appointed caterer:
Restaurant.
The ground floor will be home to the restaurant where there is capacity to seat circa. 500 people. The servery has a multi counter set-up and will offer a full hot breakfast, fruit, cereals, toast, porridge, croissants etc. in the morning. This will be followed by the lunchtime offer which will consist of (as a minimum): three main meals (one vegetarian), two soups, a salad bar, a chef’s theatre, a deli bar and a selection of deserts.
Café.
Situated on the ground floor in the atrium the café will be open all day and will provide a light breakfast offer which will be followed by sandwiches, savoury snacks, confectionary etc. The café will also be the main outlet for a franchised coffee offer such as Costa or Starbucks. On Friday evenings the café will act as a staff bar between the hours of 17:00 and 21:00.
Breakout spaces and tea points.
On floors one to five there is to be a large breakout area and tea point. These areas, in-line with the Crick’s strategic goals, are designed to promote scientific collaboration between research teams. Each of these areas will be fitted with two No. zip-tap type water heaters/coolers and the services to install a hot drink vending machine along with a combination vending machine for cold drinks and confectionary.
Hospitality.
The Crick has approximately 20 No. meeting rooms consolidated on the ground and directly above on the first. These rooms will require a hospitality menu consisting of: hot and cold drinks, working breakfasts, sandwich lunches, tapas style lunches, deli boards and evening canapés.
Events and exhibitions.
A 450 seat auditorium is located on the ground floor. This will be used from time to time rather than on a daily basis. Behind the auditorium is a breakout and exhibition space. These areas will require a menu not dissimilar to that of the meeting rooms with the addition of event specific menus being developed. Events may take place in the evening and at weekends.
Public and exhibitions coffee shop.
Located in the exhibition area, which is accessible to the public, a small coffee shop will offer franchised coffee and confectionary. A two-tier charging system will be employed to normalise staff prices with those within security controlled areas and the prices charged to the general public.
The estimated contract range is annual, excluding VAT and any potential subsidy.
For more information and for the tender documents please contact tenders@crick.ac.uk
Estimated value excluding VAT:
Range: between 500 000 and 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: If applicable, as detailed in the tender documentation.
III.2.3)Technical capacity
If applicable, as detailed in the tender documentation.
Minimum level(s) of standards possibly required:
If applicable, as detailed in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Members of the procurement team.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: