Contract

Welsh Government Catering Services Contract

  • Welsh Government

F03: Contract award notice

Notice identifier: 2025/S 000-049804

Procurement identifier (OCID): ocds-h6vhtk-047c6f (view related notices)

Published 19 August 2025, 12:45pm



Section one: Contracting authority

one.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

Email

CPSProcurementAdvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Welsh Government Catering Services Contract

Reference number

C050/2024/2025

two.1.2) Main CPV code

  • 55500000 - Canteen and catering services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender opportunity is for the Welsh Government catering service requirements in order to award a single contract to a main supplier

for the provision of these services.

The Catering Services Contract will cover the provision of on-site catering and hospitality services at 4 office locations in Wales and hospitality catering solutions for the Client’s offices without on-site catering facilities – including 1 office located in London.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £4,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 55500000 - Canteen and catering services
  • 39310000 - Catering equipment
  • 50883000 - Repair and maintenance services of catering equipment
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39311000 - Light catering equipment

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Below is an over-view of the Client’s requirements which are detailed and confirmed in the tender documents.

The Client requires the Catering Services Contract to deliver positive economic and social benefits to Wales and services must be delivered with assured statutory compliance - particularly in respect of Food Safety legislation, Health and Safety Law and all other applicable legislation.

The service must reflect exemplary standards of catering industry best practice and must be operated with a management ethos of continuous improvement throughout the contract term whilst delivering best value for the Client and service users.

The contract must maximise resource efficiency (water; heat; power; waste management etc.) and sustainable practices – including support for locally procured food and local food producers; health and wellbeing and Fairtrade.

There are currently 4 office locations in scope for on-site catering services – Cardiff; Merthyr Tydfil; Aberystwyth and Llandudno Junction. The Client requires a café-style service offering a range of hot and cold ‘grab and go’ food and hot and cold beverages and hospitality catering services. There is also a limited / ad-hoc requirement for events and fine dining services mainly at the Client’s Cardiff location.

Whilst there remains some uncertainty about post-pandemic building occupancy numbers, for illustrative purposes the Client anticipates attendance at the 4 catered offices to be circa 50% of pre-pandemic numbers. On this basis, occupancy would be as follows - Cathays Park (1,640 staff); Merthyr Tydfil (297 staff); Aberystwyth (210 staff); Llandudno Junction (338 staff).

The Client also currently has 9 office locations without on-site catering facilities that will require a limited / ad-hoc hospitality food and beverage service. These offices are located in Caerphilly; Newport; Swansea; Carmarthen; Newtown; Llandrindod Wells; Wrexham; Caernarfon and London.

Services provided through the contract must be fully compliant with the Welsh Government’s Welsh Language Scheme. In particular, the contractor will be required to ensure that in all dealings with the public, Welsh and English languages must be treated on the basis of equality - including ensuring that all menu and promotional material, customer surveys and any other information or hospitality booking system content, whether provided in hard copy or through any electronic medium, are fully bilingual.

Security vetting clearance will be required for all contractor personnel engaged in the delivery of the contracted services.

The contract will also include the provision of maintenance services for Client owned coffee machines (semi-automatic bean to cup and barista machines).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

As stated in the tender documents.

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

The estimated contract value of GBP 4000000 is for the initial contract term and the optional extension period.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2024/S 000-022074


Section five. Award of contract

Contract No

C050/2024/2025

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 June 2025

five.2.2) Information about tenders

Number of tenders received: 3

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: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

COMPASS CONTRACT SERVICES (U.K.) LIMITED

Parklands Court, 24 Parklands, Birmingham Great Park

Rubery, Birmingham

B459PZ

Telephone

+44 7917072451

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £4,000,000

Total value of the contract/lot: £4,000,000


Section six. Complementary information

six.3) Additional information

The Contract shall commence on 19 July 2025 and expire on 18 July 2028, plus there is an additional optional extension period of 3 years available to the Client. The contract value is estimated to be GBP 2000000 for the initial 3 year term and GBP 2000000 for the optional 3 year extension period.

(WA Ref:153026)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom