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 Award Notice

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

  • First published: 11 July 2019
  • Last modified: 11 July 2019
  • 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)

Contents

Summary

OCID:
Published by:
The Police and Crime Commissioner for Kent
Authority ID:
AA71786
Publication date:
11 July 2019
Deadline date:
-
Notice type:
Contract Award 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 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.

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 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. 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.

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Police and Crime Commissioner for Kent

Office of the Police and Crime Commissioner for Kent, Kent Police Headquarters, Sutton Road

Maidstone

ME15 9BZ

UK

Telephone: +44 1474366650

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.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 10 000 000.00  GBP

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 be delivered to various police forces and multiple sites across the UK but the goods do not need to be made in or distributed in 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 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.

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 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. 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.

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.

II.2.5) Award criteria

Quality criterion: Pricing model — ambient meals / Weighting: 40 %

Quality criterion: Pricing model — snacks, sides, breakfast / Weighting: 11 %

Quality criterion: Pricing model — drinks / Weighting: 7 %

Quality criterion: Pricing model — ancillary products / Weighting: 2 %

Quality criterion: Quality element — contract delivery / Weighting: 18 %

Quality criterion: Quality element — contract management and management information / Weighting: 6 %

Quality criterion: Quality element — environmental / Weighting: 4 %

Quality criterion: Quality element — mobilisation / Weighting: 4 %

Quality criterion: Quality element — innovation / Weighting: 8 %

Price / Weighting:  60 %

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

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

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

The procurement is covered by the Government Procurement Agreement: Yes

Section V: Award of contract

Contract No: 2017/084

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/06/2019

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

BFS Group Ltd

814 Leigh Road

Slough

SL1 4BD

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: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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

09/07/2019

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.