Commercial Catering and Refrigeration Equipment Government Procurement Service
Government Procurement Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies. UK-Liverpool: industrial kitchen equipment
2012/S 69-114303
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: supplier@gps.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://procurement.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 35
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 184 000 000,00 GBP
The above Public Sector Bodies have a need for Commercial Catering and Refrigeration Equipment that will be provided under the framework agreement and subsequent call off contracts.
The Contracting Authority reserves the right for an electronic auction to be held by Public Sector Bodies during further competition among the parties to the Framework Agreement(s).
This Framework Agreement is for a period of two years (24 months). The Contracting Authority retains the unilateral right to extend the Framework for a 12 month period plus a further extension of another 12 months if required. The estimated value figures given are estimates only for the full potential 4 year period of the Framework Agreement.
39314000, 18100000, 34911100, 39141000, 39151100, 39172000, 39172100, 39220000, 39221000, 39221100, 39222100, 39240000, 39299000, 39310000, 39311000, 39312000, 39312100, 39314000, 39315000, 39330000, 39713100, 39832000, 42214100, 42214110, 42215120, 42215200, 42341000, 42513290, 42716110, 42957000, 42959000, 42970000, 42995000, 50882000, 50883000, 55400000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 1 Lot title: Prime Cooking
Including but not limited to the provision of the following equipment:
Core Items.
Boiling Pan.
Bratt Pan – Tilting (electric & gas).
Combination Oven (electric & gas).
Convection Oven / Forced Air Convection Oven.
Conveyor Oven / Impinge equipment.
Deep Fryer (electric & gas) & Oil Filtration Unit.
Deep Fat Fryer – High Efficiency (gas).
Char Grill.
Contact Grill.
Grill (gas & electric).
Salamander Grill (gas & electric).
Griddle (gas & electric).
Heavy Duty Oven Range & Boiling Table (gas & electric).
Medium Duty Oven Range & Boiling Table (gas & electric).
Hot Cupboard – plain top (Gas & electric).
Induction Hob.
Kettles (jacketed,direct heat and tilting).
Microwave/Combination Microwave Oven / High Speed Forced Air Microwave Assisted Combination Oven.
Pressure / Pressureless Steamer & Atmospheric Convection Steamer (electric only).
Water Boiler – Bulk Type & Counter Mounted Expansion Type (electric only).
Water Boiler (electric).
Non Core Items.
Backbar Equipment (electric).
Direct Heat Boiling Pans.
Filtration Fryer (integral and stand alone chip storage units).
Institutional Feeding Systems and Trolleys.
Kitchen Bain Marie Units.
Ovens: Bake Off Ovens.
Ovens: Deck / Pastry Ovens.
Ovens: General Purpose Ovens.
Ovens: Fan Assisted Steam Ovens.
Ovens: Potato and Pizza Ovens.
Ovens: Pressure Steam Ovens.
Stockpot Stove.
Pasta Boilers.
Wok Stations (Gas or Induction).
Any other item of commercial prime cooking equipment.
39310000, 50882000, 39310000, 42341000, 39314000, 42214110, 50883000, 42214100, 39311000
Including but not limited to the provision of the following equipment:
Core Items.
Food Processor.
Mixer.
Potato Peeler.
General Purpose Gravity Feed Slicer (electric).
Stick Blender (Immersion Blender).
Vacuum Packing Machine.
Vegetable Preparation Machine.
Non Core Items.
Blixers.
Dicers.
Kitchen and Platform Scales.
Mincers.
Potato Chippers.
Potato and Vegetable Peelers.
Vegetable Preparation.
Any other item of food preparation equipment.
39312000, 39312000, 39314000, 42215200, 39312100, 50882000, 50883000, 42215120
Including but not limited to the provision of the following equipment:
Core Items.
Benching.
Cupboards – various.
Sink Units, drainer and associated products.
Specialist Vegetable Preparation Units.
Racking – various.
Utensil Wash Sink Units.
Vegetable Storage Units.
Wall Shelving.
Wash Hand Basin.
Non Core Items.
Demountable connection services.
Gastronorm trolleys.
General purpose trolleys.
Security cages.
Service spines.
Tray trolleys.
Any other item of kitchen fabrication.
39141000, 39221000, 50882000, 39141000, 39314000, 39151100, 50883000, 34911100
Including but not limited to the provision of the following equipment:
Core Items.
Mobile and static food services counters.
Bar Servery counters.
Servery counters.
Noncore Items.
Ambient servery units.
Bespoke food service counter systems.
Counter top food service units.
Multi-deck Refrigerated Retail Merchandiser.
Retail multi deck.
Servery cash units.
Soup kettles.
Any other item of food service counters and systems.
39172100, 50882000, 39172100, 50883000, 39314000, 39172000, 39315000, 39141000
Including but not limited to the provision of the following equipment:
Core Items.
Bags.
Beverage Service.
Buffet Service and Display.
Catering Consumables.
Catering Probes and Temperature Monitoring Equipment.
Chefs Clothing.
Crockery.
Cutlery.
Electro Plated Nickel Silver (EPNS) range.
Fabricated Equipment.
Kitchen and Platform Scales.
Gastronom Containers (Steel & Polycarbonate).
General Cookware and Bakeware.
Glassware.
Janitorial, Cleaning and Health and SafetyEquipment.
Kitchen and Catering Disposables.
Kitchen Utensils.
Single Phase Light Catering Equipment.
Storage.
Tableware.
Wet Bar Equipment.
Non Core Items.
Any other item of general issue tableware, light catering equipment and disposables.
Any other item of MoD issue tableware, light catering equipment and disposables.
39311000, 50882000, 39222100, 55400000, 18100000, 39299000, 39240000, 39221100, 50883000, 39220000, 39311000
Including but not limited to the provision of the following equipment:
Core Items.
Glass-washing Machine.
Dishwashing Machine.
— under counter front loading dishwasher,
— thermal disinfection dishwasher,
— pass through dishwasher,
— rack advance dishwasher.
Dishwashing Machine associated specialist fabrication.
Utensil washers (including granular agitation).
Waste Compactor (including Euro bin).
Waste Disposal Unit.
Noncore Items.
Bulk waste food collection equipment.
De-watering systems.
Dry waste compaction.
Flight dishwasher.
Food maceration.
Handling systems including tray carousel and tabling.
In vessel compostation.
Overhead sprays and rinses.
Support base exchange softeners and reverse osmosis.
Any other item of ware wash or waste disposal equipment.
42716110, 50882000, 42995000, 42957000, 42970000, 39330000, 39314000, 39713100, 50883000, 42959000, 39832000, 42716110
Including but not limited to the provision of the following equipment:
Core Items.
Commercial Refrigeration:
— Blast Chiller / Freezer,
— Bottle Cooler,
— Cabinets and under counter units,
— Counters,
— Frozen Food Storage Cabinet,
— Thawing Cabinet.
Ice Making Machine.
Temperature Monitoring.
Multi-deck Refrigerated Retail Merchandiser.
Walk-in Coldrooms / Cold Stores.
42513290, 50882000, 42513290, 50883000
Section III: Legal, economic, financial and technical information
This procurement will be managed electronically via the Government Procurement Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS e-Sourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://www.buyingsolutions.gov.uk/categories/eCommerce/eSourcing/guidance/.
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@gps.gsi.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Government Procurement Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact Government Procurement Service Helpdesk:
Freephone: +44 3454102222 eMail: info@gps.gsi.gov.uk.
Responses must be published by the date in IV.3.4.
The ITT can be accessed at https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
The Contracting Authority may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the Framework Agreement for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended(implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
The Contracting Authority may have regard to any of the following means in its assessment:
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator attesting the details of the services provided;
(c) a statement of the technicians or technical bodies available to the economic operator, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authority or on its behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, of the technical capacity of the supplier or service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards identified by the contracting authority.
Section IV: Procedure
Additional information about electronic auction: Please refer to the ITT for more information.
Place:
Web-based portal.
Section VI: Complementary information
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, Government Procurement Service intends to publish the Invitation to Tender (ITT) document, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Government Procurement Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at: http://www.buyingsolutions.gov.uk/aboutus/transparency/
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Government Procurement Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
— Central Government Departments, Executive Agencies and NDPBs http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
— Public Corporations.
British Broadcasting Corporation (BBC).
BNFL plc.
Export Credits Guarantee Department.
Nuclear Decommissioning Authority.
Royal Mail Group plc.
United Kingdom Atomic Energy Authority.
Urenco.
Partnerships UK.
Royal Mint.
ABRO.
Defence Aviation Repair Agency (DARA).
Defence Science and Technology Laboratory (Dstl).
Met Office.
UK Hydrographic Office.
Forensic Science Service.
NATS.
Actis Capital LLP.
CDC Group plc.
Working Links Limited.
British Waterways Authority.
Covent Garden Market Authority.
Channel 4.
The Tote.
Ordnance Survey.
QEII Conference Centre.
Northern Ireland Water.
Scottish Water.
— Local Authorities http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG).
— NDPBs http://www.civilservice.gov.uk/Assets/PublicBodies2009_tcm6-35808.pdf http://www.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-toF.aspx.
— National Parks Authorities http://www.nationalparks.gov.uk/.
— Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT.
Independent Schools http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true.
— Police Forces in the United Kingdom http://www.police.uk/.
— Fire and Rescue Services (including Scotland, Wales and Northern Ireland) http://www.fireservice.co.uk/information/ukfrs
— NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts. (There is also a drill down to NHS Doctors making them ‘easily identifiable’) http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx http://www.general-practitioners-uk.co.uk/
— Hospices.
Hospices in UK including Scotland, Wales and Northern Ireland http://www.hauraki.co.uk/hospice_uk/
— Registered Social Landlords (Housing Associations) http://portal.tenantservicesauthority.org/ https://www.rsrsurvey.co.uk/RSRDocuments
— Third Sector and Charities http://www.charity-commission.gov.uk/ http://www.hmrc.gov.uk/charities/charities-search.htm http://www.oscr.org.uk/.
— Citizens Advice http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm.
— Scottish Public Bodies.
Scottish Government http://www.scotland.gov.uk/Home.
Scottish Local Authorities http://www.scotland-excel.org.uk/customers/index.asp.
Scottish Agencies, NDPBs http://www.scotland.gov.uk/Topics/Government/public-bodies/executive-ndpbs.
Scottish NHS Bodies http://www.scotland.gov.uk/Topics/Health/NHS-Scotland/Boards.
Scottish Further and Higher Education Bodies http://www.sfc.ac.uk/about_the_council/council_funded_institutions/council_funded_institutions.aspx.
Scottish Police http://www.scottish.police.uk/.
Scottish Fire and Rescue http://www.dontgivefireahome.com/fire_safety/1347.html.
Scottish Housing Associations http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/.
Scottish Parliament http://www.scottish.parliament.uk/corporate/spcb/index.htm.
The Scotland Office http://www.scotlandoffice.gov.uk/scotlandoffice/10786.html.
Scotland Citizens Advice http://www.cas.org.uk/find-a-bureau/all-scottish-bureaux.
Scottish Schools.
Primary Schools http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search.
Secondary Schools http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSubmit=1&Submit=Search.
— Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities http://www.assemblywales.org/abthome/abt-links.htm http://new.wales.gov.uk/?lang=en http://www.direct.gov.uk/en/dl1/directories/localcouncils/dg_065241.
NHS Wales http://www.wales.nhs.uk/ourservices/directory.
NHS Wales GP Practices http://www.wales.nhs.uk/ourservices/directory.
NI Public Bodies.
Northern Ireland Government Departments http://www.northernireland.gov.uk/gov.htm.
Northern Ireland Public Sector Bodies and Local Authorities http://www.northernireland.gov.uk/az2.htm.
Schools in Northern Ireland http://www.denidata.nics.gov.uk/appinstitutes/instmain.aspx.
Further and Higher Education in Northern Ireland http://www.unixl.com/info/northern-ireland.htm.
Health and Social care in Northern Ireland http://www.hscni.net/index.php?link=hospitals http://www.hscni.net/index.php?link=boards http://www.hscni.net/index.php?link=agencies http://www.hscni.net/index.php?link=councils http://www.centralservicesagency.com/files/currentmedicallists/file/Northern%20Ireland%20Practice%20List.xls.
Police Service of Northern Ireland http://www.police-information.co.uk/police-directory/view.php?id=31&page=0&cat=6&subcat=31&subsubcat=0.
Citizens Advice Northern Ireland http://www.citizensadvice.co.uk/en/Where-We-Are/Bureaus/ http://www.citizensadvice.co.uk/en/About-Us/Contact/.
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail: supplier@gps.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://procurement.cabinetoffice.gov.uk
Body responsible for mediation procedures
DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@drs-ciarb.com
Internet address: http://www.padre.org.uk
Fax: +44 8452707055
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
Internet address: http://procurement.cabinetoffice.gov.uk