Opportunity

Supply of Alcohol for onboard Catering and Trolley Service

  • Transport for Wales

F02: Contract notice

Notice reference: 2021/S 000-012015

Published 28 May 2021, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Contact

Leanne Millard

Email

procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://trc.cymru

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

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

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport related services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Alcohol for onboard Catering and Trolley Service

Reference number

C000466.00

two.1.2) Main CPV code

  • 24322500 - Alcohol

two.1.3) Type of contract

Supplies

two.1.4) Short description

TfW is looking to appoint suppliers to supply a selection of Alcohol beverages for onboard catering services and trolley services.

The key objective of this procurement process is to secure the supply and distribution of alcoholic and associated beverages that offers Transport for Wales value for money and added value in the goods and associated services being provided.

The services will be split into 2 lots and will require a premier service and standard service.

The Premier service will include beverages for passengers who have chosen a ticket to include a 3 course meal or a hot/cold buffet.

The standard service will be for standard seating on long journeys.

Lot 1 will consist of Ales, Lagers, Cider, Stouts and spirits.

Lot 2 will consist of Red, White, Rose wines

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.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: 1

two.2) Description

two.2.1) Title

Supply of Ales, Lagers, Ciders, Stouts and Spirits

Lot No

1

two.2.2) Additional CPV code(s)

  • 15910000 - Distilled alcoholic beverages
  • 15911100 - Spirits
  • 15961100 - Lager
  • 15961000 - Beer
  • 15941000 - Cider
  • 24322500 - Alcohol

two.2.3) Place of performance

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

There are 4 main delivery locations:

Newport

Carmarthen

Shrewsbury

Chester

TfW reserves the right to add and or remove locations

two.2.4) Description of the procurement

TfW are looking for one main supplier with a reserve supplier to provide Alcohol for our customers.

Lot 1 will consist of

Ales, Lagers, Ciders & Stouts:

500ml NRBs, 330ml NRBs, 330ml cans.

NRBs will be for the premier service only.

Our lager and ale selection will aim to be of a premium positioning. Offering well known premium brands as our standard, then moving up the category ladder into the craft sector.

The cider range will be needed to consist of one apple and one fruit cider.

Spirits:

70cl and 5cl.

5cl NRBs will be required for the trolley service, for this service we require vodka, gin, flavoured gin, spiced rum, bourbon, whisky.

70cl NRBs will be required for the premier service. We will look to expand our spirits range on this service and will discuss requirements with the successful supplier.

two.2.5) Award criteria

Quality criterion - Name: Technical review / Weighting: 65%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

an extension for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

TfW reserves the right to add and or remove products to the service provided.

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

Supply of Wines for premier and standard service

Lot No

2

two.2.2) Additional CPV code(s)

  • 15930000 - Wines
  • 15931100 - Sparkling wine
  • 15931200 - Table wine
  • 24322500 - Alcohol

two.2.3) Place of performance

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

There are 4 main delivery locations:

Newport

Carmarthen

Shrewsbury

Chester

TfW reserves the right to add and or remove locations.

two.2.4) Description of the procurement

TfW are looking for one main supplier with a reserve supplier to provide Alcohol as part of our catering services.

TfW and the Supplier(s) will working in partnership to develop our wine menu. This will need to appeal to different taste profiles, covering familiar to emerging varietals, from old world to new world wines.

75cl white, red, rosé and sparkling wine

187ml white, red and rosé wine

20cl sparkling wine

Lot 2 suppliers are also required to offer Product knowledge training to TfW’s staff. This training is to be tailored to TfW and will include:

Products that will complement the food served for the premium service.

The taste and bouquet of each wine

Its origin

How to store and serve

Suppliers are to note this is not an exhaustive list and further training may be added to the contract.

two.2.5) Award criteria

Quality criterion - Name: Technical review / Weighting: 65%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

TfW reserves the right to add and or remove products to the service

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 July 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Transport for Wales are looking for suppliers to supply our fleet with Alcohol for both a premium service and trolley service.

Premier services

This is only available on the Cardiff – Holyhead service on weekdays only. From September 2021 this service will increase from two to six services per day.

The premier class catering offers two services:

- standard class which consists of a buffet car, which provides hot food and drink.

- premier class which consists of a 3-course meal prepared by our on-board chefs. This service offers a prime opportunity for TfW catering staff to upsell premium products to our customers. TfW requires premium wines which differ from the standard class and trolley service

Trolley service

TfW’s trolley service is available on multiple long-distance journeys. This service provides at seat catering for our customers travelling on our fleet, offering a range of alcohol and non-alcohol drinks and snacks.

Due to space constraints the suppliers are required to supply 330ml and 500ml cans/plastic bottles for Ales, Lagers, Ciders and Stouts except. Please note the 500mls will be for the premium service only.

The key objective of this procurement process is to secure Alcoholic Beverages that offer TfW value for money and added value in the goods and associated services being provided. In order to do this, the requirements have been split into two separate lots and will be awarded to a single source supplier with a reserve supplier for each lot.

Suppliers should note as part of the tender evaluation TfW will visit site (Covid19 compliant) and undertake a taste testing session for lot 2 wines only.

NOTE: TfW is using eTenderwales to carry out this procurement process. https://etenderwales.bravosolution.co.uk

ITT_87685

Project_47396

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=110399

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

please refer to tender documentation for futher information

(WA Ref:110399)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom