Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Kent
XN5452
The Registry
Canterbury, Kent
CT2 7NZ
UK
Contact person: Hayley Deville
Telephone: +44 7921487620
E-mail: h.deville@kent.ac.uk
NUTS: UKJ44
Internet address(es)
Main address: https://www.kent.ac.uk/finance/procurement.html
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83881&B=UNIVERSITYKENT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83881&B=UNIVERSITYKENT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Project Tide
Reference number: MR23_005
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
Project Tide, is a key initiative under the Commercial Services and Estates contributions to the Kent 2030 strategy, that is designed to enhance the effectiveness and efficiency of the University’s operations. This project specifically targets the Catering Department by seeking a reputable third-party contract caterer to partner with. This strategic move will enable the University to focus on its core educational offerings while leveraging the expertise and capabilities of a specialised partner.
As part of the Kent 2030 strategy, Commercial Services and Estates are dedicated to delivering an exceptional student experience and adding value on campus. The University is seeking an experienced contract catering provider who will allow the University to redirect resources towards key change requirements, implement its catering strategy, enhance customer experience through technological advancements and modernised offering.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
55520000
II.2.3) Place of performance
NUTS code:
UKJ44
Main site or place of performance:
University of Kent, Canterbury
II.2.4) Description of the procurement
The scope of works encompasses several key areas. Service provision will involve comprehensive catering across multiple outlets, offering a diverse range of high-quality food and beverage options that cater to various dietary needs and preferences and enhance the student and staff experience across the campus.
The University seeks a third-Party provider who can be innovative with investments in modernisation through refurbishments, systems and facility upgrades, and the adoption of new and creative food service and presentation methods.
The University is looking for proposals that demonstrate the ability to create, develop and deliver solutions to meet our objectives. We understand that the proposals and tender can only share indicative deliverables and that a discovery phase will be required to outline final deliverables.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract is for a period of 5 years with the option to extend for 2 years in 12 month negotiations.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
19/08/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.5) Date of dispatch of this notice
18/07/2024