Skip to main content.

York St John University: Catering Services ITT

  York St John University is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Catering Services ITT
Notice type: Contract Notice
Authority: York St John University
Nature of contract: Services
Procedure: Restricted
Short Description: York St John University is seeking a skilled and value focused provider of catering services to manage its onsite dining facilities from its main teaching campus in the centre of York.
Published: 26/11/2019 10:18
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-York: Canteen and catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             York St John University
             Lord Mayors Walk, York, YO31 7EX, United Kingdom
             Tel. +44 1904876611, Email: tenders@yorksj.ac.uk
             Contact: Paul Revell
             Main Address: www.yorksj.ac.uk, Address of the buyer profile: www.yorksj.ac.uk
             NUTS Code: UKE21
      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://www.delta-esourcing.com/tenders/UK-UK-York:-Canteen-and-catering-services./47JTV7Z62H
      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
            Other type:: University
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Catering Services ITT       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      55500000 - Canteen and catering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: York St John University is seeking a skilled and value focused provider of catering services to manage its onsite dining facilities from its main teaching campus in the centre of York.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      55500000 - Canteen and catering services.
      
      II.2.3) Place of performance:
      UKE21 York
      
      II.2.4) Description of procurement: York St John University is looking to appoint a skilled and experienced provider of cratering services from its main teaching campus in the centre of York. It offers a number of different dining outlets across the site, each delivering a unique variety of options to our staff and students. The University is looking for a versatile and value focused provider to support in the provision of these services.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account management and personnel / Weighting: 10
            Quality criterion - Name: Proposal and evidence of capability / Weighting: 20
            Quality criterion - Name: Customer support and service / Weighting: 10
            Quality criterion - Name: Innovation and new solutions / Weighting: 10
            Quality criterion - Name: Social and Environmental Impact / Weighting: 20
                        
            Cost criterion - Name: Price / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: After the initial term of thirty six (36) months, depending on successful deliver of Key Performance Indicators (KPIs) there will be two (2) optional extension periods of twenty four (24) months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 4
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: Collation of SQ response, technical, professional and finical abilities and suitability for the work as demonstrated in case study evidence.
      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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/47JTV7Z62H       


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:          
      In the first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A standard questionnaire will need to be completed and returned www.delta-esourcing.com as part of the request to participate process.    
      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       
      Selection criteria as stated in the procurement documents.          
      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: No       
   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: 20/03/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/03/2020       
      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:
         Duration in month(s): 12
      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-York:-Canteen-and-catering-services./47JTV7Z62H

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/47JTV7Z62H
   VI.4) Procedures for review
   VI.4.1) Review body:
             York St John University
       Lord Mayors Walk, York, YO31 7EX, United Kingdom
       Tel. +44 1904876611
   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:
          York St John University
       Lord Mayors Walk, York, YO31 7EX, United Kingdom
       Tel. +44 1904876611
   VI.5) Date Of Dispatch Of This Notice: 26/11/2019

Annex A


View any Notice Addenda

View Award Notice