- Scope of the procurement
- Lot 1. Light catering equipment, palletised for delivery to warehouses
- Lot 2. Light catering equipment, delivered in smaller quantities to individual establishments
- Lot 3. Prime cooking and warming equipment, including oven ranges, combi ovens, convection ovens, fryers and hot cupboards
- Lot 4. Refrigeration, including commercial upright and under-counter refrigeration and commercial upright and chest freezers
- Lot 5. Ware-washing equipment, including front loading, pass through and rack conveyor dishwashers
- Lot 6. General fabrication, including tabling, racking, shelving, cupboards, sink units, ambient units
- Lot 7. Small commercial appliances, including food mixers, toasters, grills, microwave ovens
- Lot 8. General purpose and service trolleys, including educational service trolleys
Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO23 8ZB
county.supplies.buying@hants.gov.uk
Country
United Kingdom
Region code
UKJ36 - Central Hampshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendorganiser.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendorganiser.co.uk/
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
Framework Agreement for the Supply of Light and Commercial Catering Equipment and Other Related Services
Reference number
CC19811
two.1.2) Main CPV code
- 39310000 - Catering equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Framework Agreement for the Supply of Light and Commercial Catering Equipment and Other Related Services, commencing on 1 December 2023 for a period of 4 years (48 months).
The Framework Agreement comprises of eight Lots.
Lot 1 - Light catering equipment, delivered in bulk to warehouses for distribution
Lot 2 - Light catering equipment and other catering items, including but not limited to crockery, trays, other service equipment, delivered non-palletised in smaller quantities to individual establishments
Lot 3 - Prime cooking and warming equipment, including oven ranges, combi ovens, convection ovens, fryers, hot cupboards, delivered to individual establishments
Lot 4 - Refrigeration, including commercial upright and under-counter refrigeration and commercial upright and chest freezers, delivered to individual establishments
Lot 5 - Ware-washing equipment, including front loading, pass through and rack conveyor dishwashers, delivered to individual establishments
Lot 6 - General fabrication, including tabling, racking, shelving, cupboards, sink units, ambient units. delivered to individual establishments
Lot 7 - Small commercial appliances, including food mixers, toasters, grills, microwave ovens, delivered to individual establishments
Lot 8 - General purpose and service trolleys, including educational trolleys, delivered to individual establishments
It is anticipated additional services may be required during the life of this Framework Agreement, including commercial kitchen design, catering equipment installation, repair and maintenance of catering equipment and catering equipment rental.
Interested parties should register their interest in this project via the In-Tend website https://in-tendhost.co.uk/hampshire (https://in-tendhost.co.uk/hampshire) then complete and submit the ITT Stage 1 Questionnaire, the ITT Stage 2 Questionnaire, Pricing Schedule (Annex 2), Standard Forms (Annexes 5a to 5d) and any additional supporting documentation, such as Certificates of Business Standard and Industry Standard Accreditations, by 14:00 hours on Thursday 28 September 2023.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Light catering equipment, palletised for delivery to warehouses
Lot No
1
two.2.2) Additional CPV code(s)
- 39311000 - Light catering equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Supply of palletised light catering equipment in larger volumes to warehouse distribution centres
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Light catering equipment, delivered in smaller quantities to individual establishments
Lot No
2
two.2.2) Additional CPV code(s)
- 39311000 - Light catering equipment
- 39312000 - Food-preparation equipment
- 39315000 - Restaurant equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Light catering equipment delivered in smaller quantities to individual establishments. Delivery locations may include and not be limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations, within the geographical coverage of this Framework Agreement .
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Prime cooking and warming equipment, including oven ranges, combi ovens, convection ovens, fryers and hot cupboards
Lot No
3
two.2.2) Additional CPV code(s)
- 39312000 - Food-preparation equipment
- 39314000 - Industrial kitchen equipment
- 42341000 - Commercial ovens
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Supply of prime cooking and warming equipment, including but not limited to oven ranges, combi ovens, convection ovens, fryers and hot cupboards, delivered to customer establishments. Delivery locations may include but not limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations within the geographical coverage of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Refrigeration, including commercial upright and under-counter refrigeration and commercial upright and chest freezers
Lot No
4
two.2.2) Additional CPV code(s)
- 39314000 - Industrial kitchen equipment
- 42513290 - Commercial refrigerating equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Supply of refrigeration, including but not limited to commercial upright and under-counter refrigeration and commercial upright and chest freezers, delivered to customer establishments. Delivery locations may include but not limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations within the geographical coverage of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Ware-washing equipment, including front loading, pass through and rack conveyor dishwashers
Lot No
5
two.2.2) Additional CPV code(s)
- 42959000 - Non-domestic dishwashing machines
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Supply of ware-washing equipment, including front loading, pass through and rack conveyor dishwashers to customer establishments. Delivery locations may include but not limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations within the geographical coverage of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
General fabrication, including tabling, racking, shelving, cupboards, sink units, ambient units
Lot No
6
two.2.2) Additional CPV code(s)
- 39314000 - Industrial kitchen equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
General catering fabrication, including but not limited to tabling, racking, shelving, cupboards, sink units and ambient units, delivered to customer establishments. Delivery locations may include but not limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations within the geographical coverage of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Small commercial appliances, including food mixers, toasters, grills, microwave ovens
Lot No
7
two.2.2) Additional CPV code(s)
- 39314000 - Industrial kitchen equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Small commercial appliances, including but not limited to food mixers, toasters, grills, microwave ovens. These delivery locations may include but not limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations within the geographical coverage of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
General purpose and service trolleys, including educational service trolleys
Lot No
8
two.2.2) Additional CPV code(s)
- 34911100 - Trolleys
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
The supply of general purpose and service trolleys, including educational service trolleys. These delivery locations may include but not be limited to Local Authority offices, Adult Health and Care establishments, Schools, Countryside Services, and Catering operations within the geographical coverage of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Customer Services and Complaints Handling / Weighting: 50%
Quality criterion - Name: Framework Agreement Management / Weighting: 10%
Quality criterion - Name: Corporate Social Responsibility / Weighting: 10%
Quality criterion - Name: Sustainability - Environmental Management Systems, Production and Logistics / Weighting: 30%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
Framework agreement with several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date
28 September 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
29 September 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 42 months
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
Judicial Office, 11th floor, Thomas More Building, Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom