
Market Leads & Opportunities
United Kingdom-Leicester: 98_22 Catering Equipment
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-032092/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
Telephone: +44 1162657857
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: 98_22 Catering Equipment
Reference number: 98_22 (ProContract internal Ref. DN567718)
II.1.2) Main CPV code: 39310000
II.1.3) Type of contract: Supplies
II.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).
II.1.5) Estimated total value:
Value excluding VAT: 70000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 – Commercial Catering Equipment
Lot No:1
II.2.2) Additional CPV code(s)
34911100, 39141000, 39312000, 39312200, 39314000, 39711362, 39714000, 42161000, 42215000, 42340000, 42341000, 51000000
II.2.3) Place of performance
Nuts code:
II.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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 48000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-04-01End: 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
II.2.14) Additional information: Lot 1 is for the supply of goods and services to ESPO Customers within the administrative regions of the UK.
II.2.1) Title: Lot 2 – Turnkey Kitchen Solutions
Lot No:2
II.2.2) Additional CPV code(s)
39314000, 42215000, 42340000, 42341000, 50883000, 51000000, 71242000, 79311100, 79932000
II.2.3) Place of performance
Nuts code:
II.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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 3600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-04-01End: 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
II.2.14) Additional information: Lot 2 is for the supply of goods and services to ESPO Customers within the administrative regions of the UK.
II.2.1) Title: Lot 3 – Maintenance of Commercial Catering Equipment
Lot No:3
II.2.2) Additional CPV code(s)
50883000
II.2.3) Place of performance
Nuts code:
II.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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 3600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-04-01End: 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
II.2.14) Additional information: Lot 3 is for the supply of goods and services to ESPO Customers within the administrative regions of the UK.
II.2.1) Title: Lot 4 – Light Catering Equipment
Lot No:4
II.2.2) Additional CPV code(s)
39221000, 39311000
II.2.3) Place of performance
Nuts code:
II.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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 7200000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-04-01End: 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
II.2.14) Additional information: Lot 4 is for the supply of goods to ESPO Customers within the administrative regions of the UK.
II.2.1) Title: Lot 5 – Catering Consumables
Lot No:5
II.2.2) Additional CPV code(s)
39222000, 39222100
II.2.3) Place of performance
Nuts code:
II.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).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 7200000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-04-01End: 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
II.2.14) Additional information: Lot 5 is for the supply of goods to ESPO Customers within the administrative regions of the UK.
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 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 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:2021/S 000-022632
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-01-31 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: 2022-01-31 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:2021-12-22
More Opportunties
- United Kingdom-Belfast: QUB/2712/25 Supply, Delivery, Installation, Consumables, Commissioning and Maintenance of a Dual Capillary Rheometer for the characterisation of polymer and composite materials
27 May 25
Queen’s University of Belfast wishes to procure a Dual Capillary Rheometer, to measure material flow properties under elevated temperature as a function of shear rate of polymer and composite materials. For a comprehensive description of the requirements> > - Samsung Z20 Ultrasound System
27 May 25
Direct award via NP167/22 Framework following product trial> > - United Kingdom-Eastleigh: Specialist Material Framework
27 May 25
Framework for the supply of specialist materials to support operations across Abri's operating area. To include lots for: glazing, flooring, ironmongery, fencing, grounds maintenance consumables, fire doors, paint and adaptation equipment.> >