Awarded contract

Catering, Vending Machines and Water Cooler Solutions

  • Kent County Council (T/A Procurement Services)

F03: Contract award notice

Notice reference: 2024/S 000-000850

Published 10 January 2024, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council (T/A Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialservices.org.uk

Buyer's address

https://www.commercialservices.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Catering, Vending Machines and Water Cooler Solutions

Reference number

Y23009

two.1.2) Main CPV code

  • 55520000 - Catering services

two.1.3) Type of contract

Services

two.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

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1 / Highest offer: £400,000,000 taken into consideration

two.2) Description

two.2.1) Title

Catering – Education Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Quality criterion - Name: Delivering the Framework Agreement / Weighting: 25

Quality criterion - Name: Delivering the Service and Account Management / Weighting: 30

Quality criterion - Name: Standards, Regulations and Policies / Weighting: 15

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 20

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Catering – Public Sector (Non-Education)

Lot No

2

two.2.2) Additional CPV code(s)

  • 55523000 - Catering services for other enterprises or other institutions

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30

Quality criterion - Name: Delivering the Service and Account Management / Weighting: 40

Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Vending Machines

Lot No

3

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30

Quality criterion - Name: Delivering the Service and Account Management / Weighting: 40

Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Water Cooler Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 31141000 - Water coolers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30

Quality criterion - Name: Delivering the Service and Account Management / Weighting: 40

Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-017423


Section five. Award of contract

Lot No

1

Title

Catering – Education Only

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 November 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

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: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Culinera Limited

12 The Broadway, Amersham

Buckinghamshire

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12382186

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CaterLink Limited (Trading as Caterlink)

Earley West, 300 Thames Valley Park Drive, Reading

Berkshire

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

3732298

The contractor is an SME

No

five.2.3) Name and address of the contractor

Nourish Contract Catering Ltd

Unit 27, Metro Business Centre, Kangley Bridge Road, Sydenham

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04953033

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Lot No

2

Title

Catering – Public Sector (Non-Education)

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

3

Title

Vending Machines

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 November 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

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: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Mix & Vend

124 City Road

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

14559055

The contractor is an SME

No

five.2.3) Name and address of the contractor

Fairtrade Vending

Unit 1 Henley Business Park, Trident Close, Rochester

Kent

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08346285

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Lot No

4

Title

Water Cooler Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 November 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Culligan (UK) Limited

Fourth Floor Abbots House, Abbey Street, Reading

England

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08915340

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £100,000,000 taken into consideration


Section six. Complementary information

six.3) Additional information

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

To view this notice, please click here:

https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=825306050" target="_blank">https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=825306050

GO Reference: GO-2024110-PRO-24927963

six.4) Procedures for review

six.4.1) Review body

Commercial Services Kent Limited

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Commercial Services

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom