Tender

98_26 Heavy and Light Catering Equipment - Supply, Maintenance and Kitchen Design

  • Leicestershire County Council, trading as ESPO

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-066723

Procurement identifier (OCID): ocds-h6vhtk-050f87 (view related notices)

Published 20 October 2025, 1:44pm



Scope

Reference

98_26

Description

ESPO national framework for the supply of various heavy and light commercial catering equipment, maintenance and servicing of catering equipment and turnkey kitchen design. Suppliers may bid on a regional and/or sub-regional basis.

The Framework is divided into 4 lots.

Please refer to the tender documents for further details - the closing date for submission of Tenders is 12:00 (12 noon) on 21 November 2025.

To tender (please proceed to step (e) if an expression of interest has already been completed):

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '98_26' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen).

Any questions or clarifications relating to this tender opportunity should be submitted to ESPO as a message on the eProcurement Portal, once an Expression of interest has been completed.

Commercial tool

Establishes a framework

Total value (estimated)

  • £54,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2028
  • Possible extension to 31 March 2030
  • 4 years

Description of possible extension:

ESPO may choose to use the extension period where;

• The framework is performing well

• It continues to broadly meet customer needs

ESPO reserves the right to implement the extension period in part, full, or in increments (such as x2 12-month periods).

Options

The right to additional purchases while the contract is valid.

ESPO reserves the right to add or remove requirements throughout the life of the contract.

Main procurement category

Goods

Additional procurement category

Services

Contract locations

  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Catering Equipment

Description

Includes the supply and delivery of commercial catering equipment, split into the following 9 Sub-lots;

• Sub-lot 1a - Prime Cooking

• Sub-lot 1b - Ware-washing

• Sub-lot 1c - Refrigeration

• Sub-lot 1d - Heated, Ambient and Refrigerated Display

• Sub-lot 1e - Food Transport

• Sub-lot 1f - Food Preparation Equipment

• Sub-lot 1g - Beverage Equipment

• Sub-lot 1h - General Fabrication, shelving and storage

• Sub-lot 1i - Extraction and Ventilation

The scope of Lot 1 shall also include, installation and related Goods (such as accessories and specific cleaning products), training, advice, the removal of packaging and old/obsolete equipment should any of those Services be requested by the Customer.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39221000 - Kitchen equipment
  • 39310000 - Catering equipment
  • 42500000 - Cooling and ventilation equipment

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Light Catering Equipment and Catering Consumables

Description

Includes the supply and delivery of such Light Catering Equipment and Goods such as cutlery, crockery, glassware, cookware, gastronomes, kitchen utensils, table service, food storage products, oven cloths, tea towels, chopping boards, thermometers, scales and small kitchen appliances such as kettles, toasters, blenders and juicers.

The scope of Lot 2 shall also include Catering Consumables, such as cling film, foils & parchments, takeaway hot and cold cups & lids, cutlery & stirrers, tableware, food-to-go containers, food packaging and labelling, kitchen hygiene products, paper napkins and table covers and food bags and carrier bags

The Supplier will be expected to offer Customers an innovative range of Goods that meet current and future Customer requirements, and which support the Customer with their commitment to reducing their impact on the environment, including but not limited to Goods that are biodegradable, recyclable and compostable and which improve recycling and support waste management initiatives.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39222000 - Catering supplies
  • 39311000 - Light catering equipment

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Maintenance Services for Catering Equipment

Description

Includes the maintenance, servicing and refurbishment of a range of commercial catering equipment. Suppliers shall be able to provide to Customers a range of Services including preventative maintenance packages, labour inclusive packages, fully comprehensive maintenance packages, deep cleaning and replacement parts and labour.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 50883000 - Repair and maintenance services of catering equipment

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 4. Turnkey Kitchen Solutions

Description

Includes 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 with an option to provide additional Services such as maintenance, advice and training as requested by the Customer.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39221000 - Kitchen equipment
  • 39310000 - Catering equipment
  • 42500000 - Cooling and ventilation equipment
  • 45212500 - Kitchen or restaurant conversion
  • 45421151 - Installation of fitted kitchens
  • 50883000 - Repair and maintenance services of catering equipment

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

2%

Further information about fees

As a public body, ESPO have a statutory obligation to recover the costs incurred in the management of this Framework. This obligation is met by means of a Framework Fee which will be payable by the Suppliers to ESPO based on the total turnover of business conducted by them under the Framework.

For further details, please refer to the tender documents.

Framework operation description

Customers wishing to buy Goods and/or Services via the Framework will do so in the following way(s) in accordance with section 45 of the Procurement Act 2023 (and any subsequent amendment or re-enactment thereof):

Call-off without competition

Customers will normally access Lots 1, 2, and 3 of the Framework by 'calling-off' Goods and/or Services from a Supplier identified who is a) included in the Framework; b) suitable for meeting the Customer's specific needs, and; c) identified as offering the most advantageous solution to the Customer's requirements, based on their awarded position on the required Lot(s)/Sub-lot(s) or combination, the Supplier's Framework Price File(s) i.e., lowest price, required brand/model/product offering and add-on services available such as installation, commissioning, training, removal and disposal of obsolete equipment, discounts, geographical coverage and Social Value Percentage for Call-offs without Competition.

Call-off with competition (Further Competitive Selection Process)

'Calling-off' by conducting a further competitive selection process amongst those Suppliers identified in the Framework as being able to provide the required Goods / supply the required Services. This means that not all competitive selection processes will necessarily include all the Suppliers - a customer will only invite those Suppliers that are included in the Framework for the particular type and location of contract required. Customers will assess the suppliers as set out in the terms and conditions of the Framework. Customers may seek to further compete any of the Lots and Sub-lots and may choose to run an exercise over several Lots and/or Sub-lots as applicable to the Customers requirements.

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

Please refer to the tender documents for any further details.

ESPO Trading Limited Second Framework:

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 Procurement Act 2023 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 Procurement Act 2023 or other public procurement legislation. Accordingly, this is provided for tenderers information only.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

As a Centralised procurement authority as defined in the Procurement Act 2023, the Framework 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 on general classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

Contracting authority location restrictions

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Lot 1. Catering Equipment

Lot 3. Maintenance Services for Catering Equipment

For all Lots Tenderers should meet the following Conditions of Participation.

• Financial Capacity - Companies, Public Sector organisations and Third Sector organisations should have 'positive net assets' as determined from their Latest Year's Published Accounts.

• Modern Slavery - Tenderers who are subject to the Modern Slavery Act 2015, must be compliant with the annual reporting requirements of Section 54 of the Modern Slavery Act 2015.

• Insurance - Please see Lot specific details for the required insurance levels per Lot.

• Compliance with Equality Legislation - Tenderers must demonstrate their compliance with the equality legislation.

• Carbon Reduction Plans - Tenderers must confirm they have a published carbon reduction policy statement or must provide evidence of a commitment to carbon reduction.

• Tenderers must confirm they will comply with the Framework Specification and the terms and conditions of the Framework Agreement.

The Supplier shall have in place and maintain throughout the duration of any awarded Customer contracts under the Framework, the following minimum insurance levels.

• £5,000,000 Employers' liability (any one occurrence)

• £10,000,000 Public liability insurance (any one occurrence)

• £10,000,000 Product liability insurance (any one occurrence and in the aggregate)

Refer also to the tender documents for conditions of participation (note: the Procurement Specific Questionnaire including Conditions of Participation questions, is captured as a Question set in the eProcurement Portal, ProContract, and is completed online there once a response has been started).

Lot 2. Light Catering Equipment and Catering Consumables

For all Lots Tenderers should meet the following Conditions of Participation.

• Financial Capacity - Companies, Public Sector organisations and Third Sector organisations should have 'positive net assets' as determined from their Latest Year's Published Accounts.

• Modern Slavery - Tenderers who are subject to the Modern Slavery Act 2015, must be compliant with the annual reporting requirements of Section 54 of the Modern Slavery Act 2015.

• Insurance - Please see Lot specific details for the required insurance levels per Lot.

• Compliance with Equality Legislation - Tenderers must demonstrate their compliance with the equality legislation.

• Carbon Reduction Plans - Tenderers must confirm they have a published carbon reduction policy statement or must provide evidence of a commitment to carbon reduction.

• Tenderers must confirm they will comply with the Framework Specification and the terms and conditions of the Framework Agreement.

The Supplier shall have in place and maintain throughout the duration of any awarded Customer contracts under the Framework, the following minimum insurance levels.

• £5,000,000 Employers' liability (any one occurrence)

• £2,000,000 Public liability insurance (any one occurrence)

• £2,000,000 Product liability insurance (any one occurrence and in the aggregate)

Refer also to the tender documents for conditions of participation (note: the Procurement Specific Questionnaire including Conditions of Participation questions, is captured as a Question set in the eProcurement Portal, ProContract, and is completed online there once a response has been started).

Lot 4. Turnkey Kitchen Solutions

For all Lots Tenderers should meet the following Conditions of Participation.

• Financial Capacity - Companies, Public Sector organisations and Third Sector organisations should have 'positive net assets' as determined from their Latest Year's Published Accounts.

• Modern Slavery - Tenderers who are subject to the Modern Slavery Act 2015, must be compliant with the annual reporting requirements of Section 54 of the Modern Slavery Act 2015.

• Insurance - Please see Lot specific details for the required insurance levels per Lot.

• Compliance with Equality Legislation - Tenderers must demonstrate their compliance with the equality legislation.

• Carbon Reduction Plans - Tenderers must confirm they have a published carbon reduction policy statement or must provide evidence of a commitment to carbon reduction.

• Tenderers must confirm they will comply with the Framework Specification and the terms and conditions of the Framework Agreement.

The Supplier shall have in place and maintain throughout the duration of any awarded Customer contracts under the Framework, the following minimum insurance levels.

• £5,000,000 Employers' liability (any one occurrence)

• £10,000,000 Public liability insurance (any one occurrence)

• £10,000,000 Product liability insurance (any one occurrence and in the aggregate)

• £1,000,000 Professional indemnity insurance (any one claim and in the aggregate)

Refer also to the tender documents for conditions of participation (note: the Procurement Specific Questionnaire including Conditions of Participation questions, is captured as a Question set in the eProcurement Portal, ProContract, and is completed online there once a response has been started).

Technical ability conditions of participation

Lot 1. Catering Equipment

Lot 2. Light Catering Equipment and Catering Consumables

Lot 3. Maintenance Services for Catering Equipment

Lot 4. Turnkey Kitchen Solutions

For all Lots Tenderers should meet the following Conditions of Participation:

• Technical and Professional Ability - Tenderers should possess experience of supplying/providing heavy (commercial) and/or light catering equipment and consumables and/or maintenance services of catering equipment and/or turnkey kitchen design solutions as applicable to their bid, demonstrated by ongoing and historical contract information.

• Health and Safety - Tenderers must provide a satisfactory description of the arrangements they have in place or will have in place if awarded the contract to manage health and safety effectively and control significant risks relevant to the requirement.

• Quality Management - Tenderers must confirm that they have quality assurance processes in place and must provide evidence that their processes are clear, practicable and accessible.

• Business Continuity - Tenderers must demonstrate their approach to business continuity in relation to the requirements.

Refer also to the tender documents for conditions of participation (note: the Procurement Specific Questionnaire including Conditions of Participation questions, is captured as a Question set in the eProcurement Portal, ProContract, and is completed online there once a response has been started).

Particular suitability

Lot 1. Catering Equipment

Lot 2. Light Catering Equipment and Catering Consumables

Lot 3. Maintenance Services for Catering Equipment

Lot 4. Turnkey Kitchen Solutions

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

14 November 2025, 5:00pm

Tender submission deadline

21 November 2025, 12:00pm

Submission address and any special instructions

Refer to all instructions captured via https://www.eastmidstenders.org/.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 February 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Non-Price Quality 60%
Price Price 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://www.eastmidstenders.org/

To tender (please proceed to step (e) if an expression of interest has already been completed):

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '98_26' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen).

Technical specifications to be met

https://www.eastmidstenders.org/

Please refer to the tender documents (see above for further details including summary instructions on how to access these).


Contracting authority

Leicestershire County Council, trading as ESPO

  • Public Procurement Organisation Number: PYDD-1122-TCVN

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

United Kingdom

Contact name: Food, Communities and Technology Procurement Team

Email: tenders@espo.org

Website: https://www.espo.org/

Region: UKF22 - Leicestershire CC and Rutland

Organisation type: Public authority - sub-central government