Opportunity

98_22 Catering Equipment

  • ESPO

F02: Contract notice

Notice reference: 2021/S 000-032092

Published 22 December 2021, 2:46pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

Contact

Food, Communities and Technology Procurement Team

Email

tenders@espo.org

Telephone

+44 1162657857

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.espo.org/

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://www.eastmidstenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

98_22 Catering Equipment

Reference number

98_22 (ProContract internal Ref. DN567718)

two.1.2) Main CPV code

  • 39310000 - Catering equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

ESPO is seeking to establish a multi-supplier, multi-lot framework agreement covering a wide range of catering equipment.

The framework shall include commercial catering equipment, turnkey kitchen design solutions, maintenance of commercial catering equipment, light catering equipment and catering consumables

To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘98_22’ d) Express an interest (e) Download the tender from the website (documents can be found in the first question of the Online Questionnaire).

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

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

Lot 1 - Commercial Catering Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 34911100 - Trolleys
  • 39141000 - Kitchen furniture and equipment
  • 39312000 - Food-preparation equipment
  • 39312200 - Canteen equipment
  • 39314000 - Industrial kitchen equipment
  • 39711362 - Microwave ovens
  • 39714000 - Ventilating or recycling hoods
  • 42161000 - Hot-water boilers
  • 42215000 - Machinery for the industrial preparation or manufacture of food or drink
  • 42340000 - Non-domestic ovens
  • 42341000 - Commercial ovens
  • 51000000 - Installation services (except software)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The supply of a wide range of commercial catering equipment. Additional services such as installation and removal of old equipment is anticipated to be required.

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: £48,000,000

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

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Lot 1 is for the supply of goods and services to ESPO Customers within the administrative regions of the UK.

two.2) Description

two.2.1) Title

Lot 2 - Turnkey Kitchen Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 39314000 - Industrial kitchen equipment
  • 42215000 - Machinery for the industrial preparation or manufacture of food or drink
  • 42340000 - Non-domestic ovens
  • 42341000 - Commercial ovens
  • 50883000 - Repair and maintenance services of catering equipment
  • 51000000 - Installation services (except software)
  • 71242000 - Project and design preparation, estimation of costs
  • 79311100 - Survey design services
  • 79932000 - Interior design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of a full Turnkey Kitchen Solution which shall include the design of kitchen layouts along with the supply and installation of the kitchen facility including the installation of a range of commercial catering equipment

Additional services such as maintenance, advice and training will be required.

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: £3,600,000

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

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Lot 2 is for the supply of goods and services to ESPO Customers within the administrative regions of the UK.

two.2) Description

two.2.1) Title

Lot 3 - Maintenance of Commercial Catering Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 50883000 - Repair and maintenance services of catering equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The repair and on-going support and maintenance of various types of commercial catering equipment.

Customers will require a range of services including preventative maintenance packages, labour inclusive packages, fully comprehensive maintenance packages, deep cleaning services and replacement parts.

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: £3,600,000

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

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Lot 3 is for the supply of goods and services to ESPO Customers within the administrative regions of the UK.

two.2) Description

two.2.1) Title

Lot 4 - Light Catering Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 39221000 - Kitchen equipment
  • 39311000 - Light catering equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The supply of a wide range of light catering equipment products. The product range includes cutlery, crockery, glassware, catering trollies, food storage products and thermometers and to include premium and standard product ranges to reflect the differing needs of public sector customers.

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: £7,200,000

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

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Lot 4 is for the supply of goods to ESPO Customers within the administrative regions of the UK.

two.2) Description

two.2.1) Title

Lot 5 - Catering Consumables

Lot No

5

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 39222100 - Disposable catering supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The supply of a wide range of catering consumables and associated products, covering items such as cutlery, tableware and cups, food packaging, cling film and foil, and kitchen hygiene products. To include premium and standard product ranges to reflect the differing needs of public sector customers.

It is envisaged that customers will require many of these products to be environmentally sustainable (recyclable, biodegradable, compostable).

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: £7,200,000

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

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Lot 5 is for the supply of goods to ESPO Customers within the administrative regions of the UK.


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As part of the ongoing contract management process, during the period of the Framework Agreement, ESPO shall monitor the financial stability of the awarded Suppliers during the period of the Framework Agreement by reference to credit ratings agency reports. ESPO shall obtain a credit score for the Supplier on or before the Framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework Agreement, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the Supplier from the Framework Agreement.


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022632

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

Date

31 January 2022

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.