Commercial Services: Catering, Vending Machines and Water Cooler Solutions Y23009

  Commercial Services is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Catering, Vending Machines and Water Cooler Solutions Y23009
Notice type: Contract Notice
Authority: Commercial Services
Nature of contract: Services
Procedure: Open
Short Description: This Framework Agreement is open to all public sector organisations and has been split into four (4) LOTS; LOT 1 –Catering – Education Only LOT 2 –Catering – Public Sector (Non-Education) LOT 3 – Vending Machines LOT 4 – Water Cooler Solutions
Published: 19/06/2023 17:31

View Full Notice

UK-West Malling: Catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Kent County Council (T/A Procurement Services)
             1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
             Tel. +44 1622478849, Email: csgprocurement@csltd.org.uk
             Contact: Tamara Stevens
             Main Address: https://www.commercialservices.org.uk/
             NUTS Code: UK
      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: Yes.
      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-West-Malling:-Catering-services./G53D6W774N
      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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Catering, Vending Machines and Water Cooler Solutions Y23009       
      Reference Number: Y23009
      II.1.2) Main CPV Code:
      55520000 - Catering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This Framework Agreement is open to all public sector organisations and has been split into four (4) LOTS; LOT 1 –Catering – Education Only LOT 2 –Catering – Public Sector (Non-Education) LOT 3 – Vending Machines LOT 4 – Water Cooler Solutions       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Catering – Education Only       
      Lot No: LOT 1       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of a lunchtime catering service to any education establishment. In addition to a lunchtime service Customers may also require other Services which may include, but not be limited to, breakfast, mid-morning break and after school Services.

Suppliers awarded onto this LOT are expected to:
•Be able to transport hot food to Customers site if the site only has a servery
•Create flexible menus
•Ensure use of quality ingredients including fresh, frozen, tinned and dried
•Tailor Services to meet specific needs in relation to allergies and medical conditions
•Tailor Services to meet specific needs in relation to religion, culture and ethnicity
•Use local providers and seasonal produce wherever possible
      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: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      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: All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Catering – Public Sector (Non-Education)       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      55523000 - Catering services for other enterprises or other institutions.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of a variety of catering Services to the wider public sector (excluding education) including, but not limited to local authorities, NHS trusts, care homes, prisons, police, residential schools, study centres, children's activity centres. Customers will have their own requirements and Suppliers will need to be able to provide a Service that will cover the following:
•Ambient foods/ready meals for premises where chilling food is not an option
•Delivery of hot or cold foods to venue
•Enhanced dining experiences including serving of alcohol
•Hot or cold food options
•On site preparation and Service


Suppliers awarded onto this LOT are expected to:
•Ensure use of quality ingredients including fresh, frozen, tinned and dried
•Offer a variety of menu choices
•Tailor Services to meet specific needs in relation to allergies and medical conditions
•Tailor Services to meet specific needs in relation to religion, culture and ethnicity
•Use local providers and seasonal produce wherever possible
      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: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      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: 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.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Vending Machines       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      42933000 - Vending machines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of all types of vending machines including, but not limited to
•Coffee/hot beverages vending machine
•Cold drinks vending machine
•Food vending machine
•Healthy vending machine
•Smart vending machine
•Snack vending machine
Customers will have their own requirements and Suppliers will need to be able to provide a Service that will cover the following options:
•Brand new vending machines
•Fully managed service including restocking
•Indoor and outdoor options
•Lease/rental of vending machine
•Maintenance and servicing
•Option to be branded
•Outright purchase of vending machine
•Refurbished vending machines
•Self-filled machines
      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: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      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: 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.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Water Cooler Solutions       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      31141000 - Water coolers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply, installation, maintenance and service of water cooler solutions for the public sector to include but not be limited to
•Bottled water cooler units
•Hot and cold-water tap
•Hot water boilers
•Mains fed water coolers

Customers will have their own requirements and Suppliers will need to be able to provide a Service that will cover the following options:
•Bottled water delivery
•Installation services
•Lease/rental or outright purchase options
•Regular service and maintenance including sanitation
•Supply of recyclable cups and accessories
      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: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      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: 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.       


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       
      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
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: 04/08/2023 Time: 14:00
            
      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      
      IV.2.7) Conditions for opening of tenders:
         Date: 04/08/2023
         Time: 14:15
      

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: 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.
All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates ofthe CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man. For additional information please see the Invitation to Tender document
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Catering-services./G53D6W774N

To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/G53D6W774N
   VI.4) Procedures for review
   VI.4.1) Review body:
             Commercial Services Kent Limited
       1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
       Tel. +44 1622478849, Email: csgprocurement@csltd.org.uk
       Internet address: www.commercialservices.org.uk
   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: 19/06/2023

Annex A


View any Notice Addenda

View Award Notice