Tender

Framework Agreement for the Supply of Light and Commercial Catering Equipment and Other Related Services

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-024887

Procurement identifier (OCID): ocds-h6vhtk-03f682

Published 24 August 2023, 9:27am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO23 8ZB

Email

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

https://www.hants.gov.uk

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