Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply and Distribution of Ambient Meals, In-Cup Drinks and Related Items

  • First published: 07 August 2018
  • Last modified: 07 August 2018
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Police and Crime Commissioner for Kent
Authority ID:
AA71786
Publication date:
07 August 2018
Deadline date:
03 September 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement is of a framework agreement with one supplier by the Contracting Authority for the supply and distribution of Ambient Meals, In-Cup Drinks and Related Items to the Contracting Authority and the other Participating Bodies (as detailed below) for use in police custody units. Accordingly, it is the intention that all the Participating Bodies should be able to rely on this procurement to purchase such goods without the need for any further procurement process. Full details of the exact goods required appear in the procurement documents, as well as details of the mechanisms to be used by the Participating Bodies to place orders for the goods under the Framework Agreement.

Ambient meals must be suitable for storage without the use of refrigerators or freezers and must have a minimum shelf life of twelve (12) month's from the time of delivery. All meals must be pre-cooked and individually prepared in containers suitable for reheating by microwave.

Meals required under the Framework Agreement shall be suitable for a range of dietary, cultural and religious requirements such as Vegan, Vegetarian, Halal, Gluten Free, Lactose Free and Nut Free.

The Framework Agreement also requires the supply of in-cup drinks, snack options, ambient sides, breakfast items and other related items all as detailed more fully in the procurement documents. It is a key requirement that all items are suitable for use in a custody environment.

The 36 Participating Bodies which have expressed an interest in using the Framework Agreement immediately are responsible for policing the following geographical areas:

— Avon and Somerset,

— Bedfordshire,

— Cambridgeshire,

— Cheshire, Cleveland,

— Cumbria, Derbyshire,

— Devon and Cornwall,

— Dorset,

— Durham,

— Essex,

— Gloucestershire,

— Greater Manchester,

— Hampshire,

— Hertfordshire,

— Humberside,

— Lancashire,

— Leicestershire,

— Merseyside,

— North Yorkshire,

— Northamptonshire,

— Northumbria,

— Nottinghamshire,

— South Yorkshire,

— Staffordshire,

— Thames Valley,

— Warwickshire,

— West Mercia,

— West Midlands,

— West Yorkshire,

— Wiltshire,

— Scotland,

— Dyfed-Powys,

— Gwent,

— North Wales and South Wales.

The 6 Participating Bodies who have expressed a desire to have access to the Framework Agreement during its term police the following geographical areas (or are commonly known by the names listed):

— City of London Police,

— British Transport Police,

— Police Service Northern Ireland,

— Surrey,

— Sussex and The Metropolitan Police.

The full contracting names of all the Participating Bodies are set out in Appendix 3 of the draft ITPN. All of the Participating Bodies are Police Forces.

For this tender, the Kent Police Bravo Solution e-tendering portal will be used to coordinate the compilation, distribution and receipt of tenders electronically.

No guarantee of warranty is given as to the nature of volume, if any, of the goods or call-offs, if under the Framework Agreement. It is currently envisaged, though not guaranteed at this stage, that Kent, Essex and 35 other Forces will start to use the Framework Agreement for their requirements once the Framework Agreement is in place.

The term of the Framework Agreement will be for 4 years.

It is not envisaged that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will apply to this Framework Agreement. Interested parties should see the further information provided in the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Police and Crime Commissioner for Kent

Kent Police HQ

Maidstone

ME15 9BZ

UK

Contact person: Claire Ward

Telephone: +44 14743663650

E-mail: procurement.services@kent.essex.pnn.police.uk

NUTS: UK

Internet address(es)

Main address: www.kent.police.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://kentpolice-essexpolice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://kentpolice-essexpolice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Distribution of Ambient Meals, In-Cup Drinks and Related Items

Reference number: 2017/084

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The procurement of a framework agreement (the “Framework Agreement”) with one supplier for the supply and distribution of Ambient Meals, In-Cup Drinks and related items to the Contracting Authority and the other police forces for use in police custody units where required.

The Contracting Authority wishes to make the Framework Agreement available to itself and 42 other Participating Bodies. The term of the Framework Agreement will be for 4 years.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

15613310

15860000

15894200

15894300

15894400

15982000

39222100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The goods will need to be delivered to various police forces and multiple sites across the UK but the goods do not need to be made in or distributed from a particular location

II.2.4) Description of the procurement

This procurement is of a framework agreement with one supplier by the Contracting Authority for the supply and distribution of Ambient Meals, In-Cup Drinks and Related Items to the Contracting Authority and the other Participating Bodies (as detailed below) for use in police custody units. Accordingly, it is the intention that all the Participating Bodies should be able to rely on this procurement to purchase such goods without the need for any further procurement process. Full details of the exact goods required appear in the procurement documents, as well as details of the mechanisms to be used by the Participating Bodies to place orders for the goods under the Framework Agreement.

Ambient meals must be suitable for storage without the use of refrigerators or freezers and must have a minimum shelf life of twelve (12) month's from the time of delivery. All meals must be pre-cooked and individually prepared in containers suitable for reheating by microwave.

Meals required under the Framework Agreement shall be suitable for a range of dietary, cultural and religious requirements such as Vegan, Vegetarian, Halal, Gluten Free, Lactose Free and Nut Free.

The Framework Agreement also requires the supply of in-cup drinks, snack options, ambient sides, breakfast items and other related items all as detailed more fully in the procurement documents. It is a key requirement that all items are suitable for use in a custody environment.

The 36 Participating Bodies which have expressed an interest in using the Framework Agreement immediately are responsible for policing the following geographical areas:

— Avon and Somerset,

— Bedfordshire,

— Cambridgeshire,

— Cheshire, Cleveland,

— Cumbria, Derbyshire,

— Devon and Cornwall,

— Dorset,

— Durham,

— Essex,

— Gloucestershire,

— Greater Manchester,

— Hampshire,

— Hertfordshire,

— Humberside,

— Lancashire,

— Leicestershire,

— Merseyside,

— North Yorkshire,

— Northamptonshire,

— Northumbria,

— Nottinghamshire,

— South Yorkshire,

— Staffordshire,

— Thames Valley,

— Warwickshire,

— West Mercia,

— West Midlands,

— West Yorkshire,

— Wiltshire,

— Scotland,

— Dyfed-Powys,

— Gwent,

— North Wales and South Wales.

The 6 Participating Bodies who have expressed a desire to have access to the Framework Agreement during its term police the following geographical areas (or are commonly known by the names listed):

— City of London Police,

— British Transport Police,

— Police Service Northern Ireland,

— Surrey,

— Sussex and The Metropolitan Police.

The full contracting names of all the Participating Bodies are set out in Appendix 3 of the draft ITPN. All of the Participating Bodies are Police Forces.

For this tender, the Kent Police Bravo Solution e-tendering portal will be used to coordinate the compilation, distribution and receipt of tenders electronically.

No guarantee of warranty is given as to the nature of volume, if any, of the goods or call-offs, if under the Framework Agreement. It is currently envisaged, though not guaranteed at this stage, that Kent, Essex and 35 other Forces will start to use the Framework Agreement for their requirements once the Framework Agreement is in place.

The term of the Framework Agreement will be for 4 years.

It is not envisaged that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will apply to this Framework Agreement. Interested parties should see the further information provided in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Tenderers will be required to complete a Suitability assessment which the The Police and Crime Commissioner for Kent will use to evaluate suppliers economic and financial standing, technical capacity and ability to ensure they meet the Police and Crime Commissioner for Kent' minimum requirements. This will include, but not be limited to; name, address, telephone number, contact details, status (sole trader, partnership, private or public company) together with the length of trading, parent or holding company details and other subsidiary companies within the group (if applicable). Tenderers instructions on how to express interest in this Tender:

1) Register your company on the eSourcing portal (this is only required once): Browse to the eSourcing Portal: https://kentpolice-essexpolice.bravosolution.co.uk and click the link to register, accept the terms and conditions and click “continue”, enter your correct business and user details, note the username you chose and click “Save” when complete, you will shortly receive an email with your unique password (please keep this secure);

2) Express an Interest in the tender: Login to the portal with the username/password, click the “PQQs/ITTs Open To All Suppliers” link. (These are Suitability Assessment documents or Invitations to Tender open to any registered supplier), click on the relevant PQQ/ITT to access the content, click the “Express Interest” button in the “Actions” box on the left-hand side of the page, this will move the PQQ/ITT into your “My PQQs/My ITTs” Page. (This is a secure area reserved for your projects only), you can now access any attachments by clicking the “settings and buyer attachments” in the “Actions” box;

3) Responding to the tender: You can now choose to “Reply” or “Reject” (please give a reason if rejecting), you can now use the “Messages” function to communicate with the buyer and seek any clarification, note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ITT, there may be a mixture of on-line and off-line actions for you to perform (there is detailed on-line help available). You must then publish your reply using the publish button in the “Actions” box on the left-hand side of the page, If you require any further assistance please consult the on-line help or contact the eTendering helpdesk.

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) Conditions related to the contract

III.2.2) Contract performance conditions

A copy of the draft framework agreement contract and associated contractual documentation form part of the procurement documents available.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/09/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/09/2018

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

The High Court of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

03/08/2018

Coding

Commodity categories

ID Title Parent category
15860000 Coffee, tea and related products Miscellaneous food products
39222100 Disposable catering supplies Catering supplies
15000000 Food, beverages, tobacco and related products Agriculture and Food
15613310 Prepared breakfast cereals Cereal grain products
15894300 Prepared dishes Processed food products
15894200 Prepared meals Processed food products
15894400 Snacks Processed food products
15982000 Soft drinks Non-alcoholic beverages

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.services@kent.essex.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.