Contract

Frozen, Chilled and Ambient Food - Y22022

  • Kent County Council (t/a KCS)

F03: Contract award notice

Notice identifier: 2022/S 000-033073

Procurement identifier (OCID): ocds-h6vhtk-03160d

Published 22 November 2022, 1:34pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council (t/a KCS)

Head Office, 1 Abbey Wood Group, Kings Hill

West Malling

ME19 4YT

Contact

Miss Tamara Stevens

Email

csgprocurement@csltd.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.commercialservices.org.uk

Buyer's address

http://www.commercialservices.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Frozen, Chilled and Ambient Food - Y22022

Reference number

DN596964

two.1.2) Main CPV code

  • 55000000 - Hotel, restaurant and retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

KCS Procurement Services, acting for and on behalf of Kent County Council (KCC), a Public Buying Organisation (PBO), wish to create a national, user friendly, time and cost-effective Framework Agreement for the supply of Frozen, Chilled and Ambient Food, including, but not limited to:

Frozen Food

Fish

Fruit

Meats

Vegetables

Chips and other frozen potato products

Burgers and sausages

Pizza

Desserts, puddings and ice cream

Breads, cakes and patisserie

Chilled Food

Dairy

Cooked meats

Bacon

Uncooked meats

Eggs

Juices

Ambient Food

Canned fruit

Fresh fruit

Fresh vegetables

Salad

Canned fish and meat

Canned vegetables

Tea and coffee

Biscuits and cakes

Bread and cereals

Cake mixes

Pasta and rice

Oils and fats

Sauces and condiments

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £0.1 / Highest offer: £10,000,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Framework Agreement covers the provision for a range of Frozen, Chilled and Ambient Food.

This would include the following but is not limited to:

Frozen Food

Fish

Fruit

Meats

Vegetables

Chips and other frozen potato products

Burgers and sausages

Pizza

Desserts, puddings and ice cream

Breads, cakes and patisserie

Chilled Food

Dairy

Cooked/uncooked meats

Bacon

Eggs

Juices

Ambient Food

Canned fruit

Fresh fruit

Fresh vegetables

Canned fish and meat

Canned vegetables

Tea and coffee

Biscuits and cakes

Bread and cereals

Cake mixes

Pasta and rice

Oils and fats

Sauces and condiments

two.2.5) Award criteria

Quality criterion - Name: Delivering the Framework Agreement / Weighting: 25

Quality criterion - Name: Customer Service and Account Management / Weighting: 25

Quality criterion - Name: Industry Standards / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

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


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

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: 2022/S 000-003954


Section five. Award of contract

Contract No

Y22022

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 June 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Thomas Ridley & SonLimited

Endeavour House, Perkins Road, Bury St. Edmunds, Suffolk

Suffolk

IP30 9XA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £10,000,000 taken into consideration


Section five. Award of contract

Contract No

Y22022

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 June 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Harlech Foodservice Ltd

Parc Bwyd, Llanystumdwy, Cricceith

Cricceith

LL52 0LJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £10,000,000 taken into consideration


Section six. Complementary information

six.3) Additional information

All public bodies will have access to this Framework Agreement but may only do so with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.

Full details of the classification of potential Customer’s geographical areas and organisation classifications are detailed in the original contract notice and the ITT. Full details can be obtained from the Contracting Authority

Suppliers are advised that the Contracting Authority and its Customers reserve the right to supply the tendered products, services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Framework Agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations.

The Contracting Authority shall be Kent County Council via KCS Procurement Services, a business unit of Commercial Services, which is a wholly owned business of the Council.

six.4) Procedures for review

six.4.1) Review body

Commercial Services Kent Ltd

1 Abbey Wood Road

Kings Hill

ME19 4YT

Country

United Kingdom