UK-Kingston upon Thames: School catering services.

UK-Kingston upon Thames: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Kingston University, London
River House, 53-57 High Street, Kingston upon Thames, KT1 1LQ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.kingston.ac.uk/
NUTS Code: UKJ2
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Kingston-upon-Thames:-School-catering-services./23F6R7EJVT
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Kingston University, London ~ Catering and Hospitality Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Client wishes to participate in a tender process with the intention of appointing a quality catering company to deliver full catering and hospitality services. The contract will commence from 1st August 2023 and will be 5 years in duration (3 + 1 +1).
II.1.5) Estimated total value:
Value excluding VAT: 21,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ2 Surrey, East and West Sussex

II.2.4) Description of procurement: The Client wishes to participate in a tender process with the intention of appointing a quality catering company to deliver full catering and hospitality services. The contract will commence from 1st August 2023 and will be 5 years in duration (3 + 1 +1).

The successful Supplier will be required to provide full catering services at the following location:

•Penrhyn Road campus, KT1 2EE
•Kingston Hill campus, KT2 7LB
•Knights Park, KT1 2QJ
•Roehampton Vale campus, SW15 3DW
•Tolworth Court Sports Ground, KT4 7QH

Background

Kingston University (KU) is in a pleasant suburb on the borders of London and Surrey and is 25 minutes by train from central London. It is the largest higher education provider in South West London with more than 18,000 students enrolled on full and part-time courses and more than 1,900 staff.

At KU we take great pride in the difference we make to the lives of our students and the wider community we serve. We are constantly striving to provide excellent services and to continue to make a positive contribution to the economic, social and cultural life of the students and staff who attend or work at KU. A key part of this improvement is the KU Estates Strategy which develops the infrastructure and facilities around KU to improve the teaching environment. A recent highlight was the opening of the Town House at Penryn Road in 2020 which won the 2021 Royal Institute of British Architects (RIBA) Stirling Prize which is recognised as the most prestigious architectural award in the UK and KU is the first higher education building to win this award.

At the heart of the facilities provision is the Catering and Hospitality services which are currently operated by Elior under a contract which expires in the summer of 2023.

For more information about KU, please visit our website www.kingston.ac.uk

Aims

KU is committed to providing high quality food and drink that is affordable for everyone. KU is looking to partner with a Supplier who will work with them to develop a relationship that will fulfil the following aims:

•Delivering great ‘value for money’ services within a balanced and fair financial framework
•Provide a service that is engaging, digitally enabled and that maximises the participation from both students and staff
•Ensure the food offer continually reflects the latest culinary trends and meets the needs of students at each campus
•Assist KU with leading by example to ensure the catering service continually strives to do better in supporting the reduction and negative environmental, ethical and social impacts associated with food products and related services so that they ultimately help regenerate nature and communities.

Contract Model

KU’s ultimate objective is to secure a relationship with a service partner which minimises risks and that can generate positive financial contribution to both parties. Whilst this objective may not be achieved from ‘day one’ of this contract, Bidder will be asked to review the long-term relationship and propose a commercial model which is balanced, fair and reasonable for both parties given the present and foreseeable economic climate.

This may be transitional, phased or any other consideration but must be clear and easily manageable.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 21,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/10/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/11/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Kingston-upon-Thames:-School-catering-services./23F6R7EJVT

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/23F6R7EJVT
VI.4) Procedures for review
VI.4.1) Review body:
Kingston University, London
River House, 53-57 High Street, Kingston upon Thames, KT1 1LQ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 13/09/2022

Annex A