
Market Leads & Opportunities
United Kingdom-Leicester: 900_22 Water Coolers
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-004694/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
Postal code: LE19 1ES
Country: United Kingdom
Contact Person: Food, Communities and Technology Procurement Team
Email: tenders@espo.org
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other activity: Local Authority Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 900_22 Water Coolers
Reference number: 900_22 (ProContract internal Ref. DN592897)
II.1.2) Main CPV code: 31141000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This replaces the previous Prior Information Notice as tender documentation is now available
ESPO is seeking to renew its Water Coolers framework.
To tender: (a) Go to ; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity ‘900_22’ (via “View Opportunities from the ‘EastMidsTenders’ Portal); (d) Express an interest; (e) Download the tender from the website (documents can be found in the first question of the Online Questionnaire, but to see these you will first need to click on “Start my response” followed by “Edit” next to the Question set, and “Answer question” next to the first question).
II.1.5) Estimated total value:
Value excluding VAT: 4000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
18925000, 39370000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
We intend to establish a multi-supplier framework for the supply of a wide range of water coolers including associated products and services such as maintenance / sanitisation and consumables such as water bottles and cups.
Tenderers must be able supply, install and maintain both Point of Use (Plumbed in) Water Coolers and Bottled Water Coolers to participate in this Framework.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-04-18End: 2024-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.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 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 to the credit score is identified over the lifetime 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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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:
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2022/S 000-002235
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-03-21 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-03-21 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.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 ) 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:
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Royal Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.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.
VI.5) Date of dispatch of this notice:2022-02-18
More Opportunties
- UK-Leeds: Sportswear.
1 May 25
Sportswear. To supply team and sport leisure wear.> > - United Kingdom-Bradford: Salt Framework
1 May 25
Yorkshire Water Services (YWS) intends to establish a Framework Agreement with one or more suppliers for the provision of bulk salt (including both PDV and granular types), to be utilised across YWS clean water treatment facilities. The duration of the pr> > - United Kingdom-London: eProcurement Services
1 May 25
The requirement is for the provision, implementation, and ongoing support of a cloud-based eProcurement tender portal to manage end-to-end procurement activities. The solution must include core functionalities such as notice management, secure bidder inte> >