Shropshire Council: RMCS 035 - Replacement & Renewal of Heavy Kitchen Equipment

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCS 035 - Replacement & Renewal of Heavy Kitchen Equipment
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Supplies
Procedure: Open
Short Description: This is a framework arrangement for the replacement and renewal of kitchen equipment. Shropshire Council is seeking a maximum of up to three contractors, that must be able to provide the vast majority of items listed in the ITT documents, to be accepted onto the framework . Accepted contractors will have to have meet all the pass/fail requirements and receive a minimum 60% of the quality score overall being 240 weighted marks.
Published: 24/11/2021 11:22
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-Shrewsbury: Kitchen equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
             Contact: Nigel Denton - Procurement Manager
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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-Shrewsbury:-Kitchen-equipment./276229CEC8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/276229CEC8 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: RMCS 035 - Replacement & Renewal of Heavy Kitchen Equipment       
      Reference Number: RMCS 035
      II.1.2) Main CPV Code:
      39221000 - Kitchen equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: This is a framework arrangement for the replacement and renewal of kitchen equipment. Shropshire Council is seeking a maximum of up to three contractors, that must be able to provide the vast majority of items listed in the ITT documents, to be accepted onto the framework . Accepted contractors will have to have meet all the pass/fail requirements and receive a minimum 60% of the quality score overall being 240 weighted marks.       
      II.1.5) Estimated total value:
      Value excluding VAT: 520,000       
      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:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: This is a framework arrangement for the replacement and renewal of kitchen equipment. Shropshire Council is seeking a maximum of up to three contractors, that must be able to provide the vast majority of items listed in the ITT documents, to be accepted onto the framework . Accepted contractors will have to have meet all the pass/fail requirements and receive a minimum 60% of the quality score overall being 240 weighted marks.

Geographical areas covered by this arrangement will be Shropshire. Herefordshire, Worcestershire, West Midlands, North Wales and Staffordshire.

The framework arrangement will commence on 1st March 2022 for an initial period of 2 years with the option to extend for a further period of up to 2 years.

During the framework period further competitions will be conducted from time to time to secure formal quotations for our operational requirements from all the successful suppliers on the framework. The following criteria will apply to the further competitions:-

For supply of equipment only:
Cost – 70%
Quality of product & specification offered – 15%
Proposed Delivery Time – 15%

For supply & installation of equipment:
Cost – 60%
Quality of product & specification offered – 10%
Proposed Delivery time and Installation timescale– 10%
Proposed methodology for installation – 20%
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 520,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/03/2022 / End: 29/02/2024       
      This contract is subject to renewal: Yes       
      Description of renewals: This contract can be extended for a further period of up to 2 years from 1st March 2024
      
      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: 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:          
      See tender documents    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      See tender documents    
      Minimum level(s) of standards possibly required (if applicable) :       
      See tender documents    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      See tender documents    
      Minimum level(s) of standards possibly required (if applicable) :          
      See tender documents
      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.2.2) Contract performance conditions       
      See tender 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 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: 3           
         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: 05/01/2022 Time: 12:00
            
      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: 05/01/2022
         Time: 12:00
         Place:
         Shirehall, Shrewsbury
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Kitchen-equipment./276229CEC8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/276229CEC8
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +77 1743252992, Email: procurement@shropshire.gov.uk
       Internet address: www.shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk
   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:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Email: procurement@shropshire.gov.uk
       Internet address: www.shropshire.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 24/11/2021

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Email: procurement@shropshire.gov.uk
       Main Address: https://www,shropshire.gov.uk
       NUTS Code: UKG22

View any Notice Addenda

View Award Notice

UK-Shrewsbury: Kitchen equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
       Contact: Nigel Denton - Procurement Manager
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: RMCS 035 - Replacement & Renewal of Heavy Kitchen Equipment            
      Reference number: RMCS 035

      II.1.2) Main CPV code:
         39221000 - Kitchen equipment.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: This is a contract award notice for a framework arrangement for the replacement and renewal of kitchen equipment.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 520,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG22 - Shropshire CC
   
      Main site or place of performance:
      Shropshire CC
             

      II.2.4) Description of the procurement: This is a contract award notice for the replacement and renewal of kitchen equipment.

Geographical areas covered by this arrangement will be Shropshire. Herefordshire, Worcestershire, West Midlands, North Wales and Staffordshire.

The framework arrangement will commence on 1st May 2022 for an initial period of 2 years with the option to extend for a further period of up to 2 years.

During the framework period further competitions will be conducted from time to time to secure formal quotations for our operational requirements from all the successful suppliers on the framework. The following criteria will apply to the further competitions:-

For supply of equipment only:
Cost – 70%
Quality of product & specification offered – 15%
Proposed Delivery Time – 15%

For supply & installation of equipment:
Cost – 60%
Quality of product & specification offered – 10%
Proposed Delivery time and Installation timescale– 10%
Proposed methodology for installation – 20%

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Price / Weighting: 60
            

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2021/S 000-029244
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             W. V. Howe Limited, 00507835
             65 Melchett Road Birmingham B30 3HP, Kings Norton Business Centre,, Birmingham, B30 3HP, United Kingdom
             NUTS Code: UKG22
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Caltel Catering & Laundry Equipment LLP, OC304558
             Unit 4, Duncote Mill, Walcot, Telford, ST6 5ER, United Kingdom
             NUTS Code: UKG22
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Abraxas Catering Equipment Limited, Abraxas Catering Equipment Limited
             Unit 8, Building 329, Rushock Trading Estate, Droitwich, WR9 0NR, United Kingdom
             NUTS Code: UKG22
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 520,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=677960221

   VI.4) Procedures for review

      VI.4.1) Review body
          Shropshire Council
          Shirehall, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +77 1743252992, Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk

   VI.5) Date of dispatch of this notice: 07/04/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Email: procurement@shropshire.gov.uk
       Main Address: https://www,shropshire.gov.uk
       NUTS Code: UKG22