Tender

National Framework Agreement for the Supply and Distribution of Ambient Meals, In-Cup Drinks and Related Items to Police Custody Suites

  • Police and Crime Commissioner for Kent

F02: Contract notice

Notice identifier: 2022/S 000-031026

Procurement identifier (OCID): ocds-h6vhtk-037e97

Published 3 November 2022, 9:52am



The closing date and time has been changed to:

5 December 2022, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Police and Crime Commissioner for Kent

North Kent HQ, Thames Way, Northfleet, Gravesend, Kent.

Kent

DA11 8BD

Contact

Fleur Corlett

Email

Fleur.Corlett@herts.police.uk

Telephone

+44 7511440346

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

http://www.kent.police.uk

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=55592&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=55592&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework Agreement for the Supply and Distribution of Ambient Meals, In-Cup Drinks and Related Items to Police Custody Suites

Reference number

7F-2022-C003

two.1.2) Main CPV code

  • 15894200 - Prepared meals

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Police and Crime Commissioner for Kent is the Contracting Authority and is retendering the Framework for the Supply and Distribution of Ambient Meals, In-Cup Drinks and Related Items to Police Custody Suites. Eligible customers are all police forces in England, Wales and Scotland referred to as 'Participating Bodies' in the Framework. The intention is to award a four-year Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15800000 - Miscellaneous food products
  • 15890000 - Miscellaneous food products and dried goods
  • 15894000 - Processed food products
  • 39222110 - Disposable cutlery and plates
  • 39222120 - Disposable cups

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Police and Crime Commissioner for Kent is the Contracting Authority and is retendering the Framework for the Supply and Distribution of Ambient Meals, In-Cup Drinks and Related Items to Police Custody Suites. Eligible customers are all police forces in England, Wales and Scotland referred to as 'Participating Bodies' in the Framework. The intention is to award a four-year Framework Agreement.

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: £12,000,000

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.2.13) 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

Submissions must be made via the EU Supply Portal.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Criteria as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Criteria as stated in the procurement documents


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 a single operator

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

Originally published as:

Date

3 December 2022

Local time

2:00pm

Changed to:

Date

5 December 2022

Local time

2:00pm

See the change notice.

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 December 2022

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: 2026

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

The High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

British High Court of Justice

11th floor, Thomas Moore Building, The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/contacts/