Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Contact person: Jamie Jones
Telephone: +44 1495300885
E-mail: Jamie.Jones3@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Other: NHS Wales - Local Health Board
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Coffee Machines, Coffee Beans, Consumables and Commercial Support for Aneurin Bevan University Health Board Retail Service
Reference number: ABU-OJEU-43623
II.1.2) Main CPV code
15860000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Aneurin Bevan University Health Board wishes to appoint a provider to form a strategic partnership with the Health Board to primarily supply coffee machines, coffee beans and consumables, and develop a coffee shop brand throughout the Health Board.
Further to the supply of the coffee beans, machines and consumables the Health board wishes the supplier to provide high quality training to staff, maintain and service the machines and work with the Health board on promotional activity to further improve the success of the brand throughout the Health Board.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
315 308.60
GBP
II.2) Description
II.2.2) Additional CPV code(s)
39711310
39310000
39222000
50883000
55520000
II.2.3) Place of performance
NUTS code:
UKL16
UKL21
II.2.4) Description of the procurement
Aneurin Bevan University Health Board wishes to appoint a provider to form a strategic partnership with the Health Board to primarily supply coffee machines, coffee beans and consumables, and develop a coffee shop brand throughout the Health Board. The Health Boards coffee shop and restaurants, currently are situated at Royal Gwent Hospital, Nevill Hall Hospital, Ysbyty Ystrad Fawr (YYF), Ysbyty Aneurin Bevan (YAB), St Woolos Hospital, St Cadocs Hospital and County Hospital with another hospital, the Grange University Hospital, due to open in April 2021. Further to the supply of the coffee beans, machines and consumables the Health board wishes the supplier to provide high quality training to staff, maintain and service the machines and work with the Health board on promotional activity to further improve the success of the brand throughout the Health Board.
Coffee machines:
All 13 current machines will be replaced as a minimum as part of this contract. These will be bean to cup machines without the module for fresh milk i.e. we will be using powdered milk in these machines. There may also be a requirement to provide barista machines and instant/ desktop granulated coffee machines to areas where there is a need or commercial benefit.
Coffee Beans:
It is expected the bean will be around 80% Arabica and 20% Robusta, however this is flexible and bidders are able to present a bean which they feel meets the requirements of the Health Boards brand.
The bean must to be a fair trade bean to ensure it is in keeping with the CSR values of the Health Board.
Other coffee shop consumables:
A further key part of the Coffee shop is further offerings such as tea, syrups, specialities and promotional material. We require English breakfast tea, and a selection of herbal and fruit teas, as with the coffee there is a requirement for these to be fair trade.
II.2.5) Award criteria
Quality criterion: Written Bid - which consists of maintenance, promotional support and mobilisation plan
/ Weighting: 20
Quality criterion: Taste session - which consists of tasting coffee, tea and other related products
/ Weighting: 40
Cost criterion: Cost of consumables and machines, as outline in tender documentation
/ Weighting: 40
II.2.11) Information about options
Options:
No
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2020/S 046-109647
Section V: Award of contract
Contract No: ABU-OJEU-43623
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/03/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Matthew Algie & Company Ltd
16 Lawmoor Road
Glasgow
G50UL
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 315 308.60
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:136485)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
15/11/2023