Supplementary Catering Services Framework – Leeds
The University of Leeds aims to establish a Framework of suppliers who can offer catering services to complement our current-in-house provision.
United Kingdom-Leeds: Catering services
2018/S 187-422875
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Woodhouse Lane
Leeds
LS2 9JT
United Kingdom
Contact person: Joanne Jordan
Telephone: +44 1133433916
E-mail: j.c.jordan@adm.leeds.ac.uk
NUTS code: UKE42
Address of the buyer profile: https://neupc.delta-esourcing.com/members/university-of-leeds/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Supplementary Catering Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Leeds aims to establish a framework of suppliers who can offer catering services to complement our current-in-house provision. Providing a cold food and beverage delivery service on campus.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Leeds.
II.2.4)Description of the procurement:
The University of Leeds aims to establish a framework of suppliers who can offer catering services to complement our current-in-house provision. Providing a cold food and beverage delivery service on campus.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be initially awarded for 2 years, extended annually for 2 further years subject to satisfactory performance (2 + 1 + 1).
II.2.9)Information about the limits on the number of candidates to be invited
After evaluating each SQ and subject to a satisfactory number of compliant responses being received, the University of Leeds intends to select at least 2 highest scoring suppliers but no more than 10, to go through to audit stage. Successful tenderers through the audit stage will then be invited to ITT stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the SQ and ITT documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Catering-services./2U9QD23ZNW
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2U9QD23ZNW
GO Reference: GO-2018926-PRO-13262983
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477882Internet address: http://www.justice.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Woodhouse Lane
Leeds
LS2 9JT
United Kingdom
VI.5)Date of dispatch of this notice: