Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: CPSProcurementAdvice@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Welsh Government Catering Services Contract
Reference number: C050/2024/2025
II.1.2) Main CPV code
55500000
II.1.3) Type of contract
Services
II.1.4) Short description
This tender opportunity is for the Welsh Government catering service requirements in order to award a single contract to a main supplier
for the provision of these services.
The Catering Services Contract will cover the provision of on-site catering and hospitality services at 4 office locations in Wales and hospitality catering solutions for the Client’s offices without on-site catering facilities – including 1 office located in London.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
4 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
55500000
39310000
50883000
39220000
39311000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Below is an over-view of the Client’s requirements which are detailed and confirmed in the tender documents.
The Client requires the Catering Services Contract to deliver positive economic and social benefits to Wales and services must be delivered with assured statutory compliance - particularly in respect of Food Safety legislation, Health and Safety Law and all other applicable legislation.
The service must reflect exemplary standards of catering industry best practice and must be operated with a management ethos of continuous improvement throughout the contract term whilst delivering best value for the Client and service users.
The contract must maximise resource efficiency (water; heat; power; waste management etc.) and sustainable practices – including support for locally procured food and local food producers; health and wellbeing and Fairtrade.
There are currently 4 office locations in scope for on-site catering services – Cardiff; Merthyr Tydfil; Aberystwyth and Llandudno Junction. The Client requires a café-style service offering a range of hot and cold ‘grab and go’ food and hot and cold beverages and hospitality catering services. There is also a limited / ad-hoc requirement for events and fine dining services mainly at the Client’s Cardiff location.
Whilst there remains some uncertainty about post-pandemic building occupancy numbers, for illustrative purposes the Client anticipates attendance at the 4 catered offices to be circa 50% of pre-pandemic numbers. On this basis, occupancy would be as follows - Cathays Park (1,640 staff); Merthyr Tydfil (297 staff); Aberystwyth (210 staff); Llandudno Junction (338 staff).
The Client also currently has 9 office locations without on-site catering facilities that will require a limited / ad-hoc hospitality food and beverage service. These offices are located in Caerphilly; Newport; Swansea; Carmarthen; Newtown; Llandrindod Wells; Wrexham; Caernarfon and London.
Services provided through the contract must be fully compliant with the Welsh Government’s Welsh Language Scheme. In particular, the contractor will be required to ensure that in all dealings with the public, Welsh and English languages must be treated on the basis of equality - including ensuring that all menu and promotional material, customer surveys and any other information or hospitality booking system content, whether provided in hard copy or through any electronic medium, are fully bilingual.
Security vetting clearance will be required for all contractor personnel engaged in the delivery of the contracted services.
The contract will also include the provision of maintenance services for Client owned coffee machines (semi-automatic bean to cup and barista machines).
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
As stated in the tender documents.
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
The estimated contract value of GBP 4000000 is for the initial contract term and the optional extension period.
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:
2024/S 000-022074
Section V: Award of contract
Contract No: C050/2024/2025
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/06/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
COMPASS CONTRACT SERVICES (U.K.) LIMITED
Parklands Court, 24 Parklands, Birmingham Great Park
Rubery, Birmingham
B459PZ
UK
Telephone: +44 7917072451
NUTS: UKG3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 4 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The Contract shall commence on 19 July 2025 and expire on 18 July 2028, plus there is an additional optional extension period of 3 years available to the Client. The contract value is estimated to be GBP 2000000 for the initial 3 year term and GBP 2000000 for the optional 3 year extension period.
(WA Ref:153026)
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
19/08/2025