Tender

Retail Coffee Systems and Hot Beverage Consumables including Maintenance and Repair

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

16 Oct 2024 at 14:54

Summary of the contracting process

Glasgow City Council is currently undertaking a procurement process titled “Retail Coffee Systems and Hot Beverage Consumables including Maintenance and Repair”. This tender, categorised under the industry of "Coffee beans" and related products, is focused on the region of Glasgow (UKM82). The procurement stage is in the Tender phase, and interested bidders must submit their proposals by 15 November 2024 at 12:00 PM. This open procedure seeks suppliers for the leasing, installation, maintenance, and supply of various hot beverage machines and consumables, with a contract period spanning approximately 5 years and a total estimated contract value of £1,056,520.

This tender provides significant opportunities for companies specialising in vending and beverage machine supplies and associated maintenance services. It is particularly suited to businesses that can demonstrate financial robustness, technical capability, and a track record in similar contracts. The procurement process includes critical components such as maintaining quality assurance and compliance with health and safety standards, making it ideal for established organisations with experience in large-scale contracts. Additionally, the inclusion of community benefits underscores the Council’s commitment to social responsibility, allowing businesses to contribute positively to the community.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Retail Coffee Systems and Hot Beverage Consumables including Maintenance and Repair

Notice Description

Provision of Supply (lease) and installation of hot beverages machines supplies including coffee beans (triple certification) with 2 options, medium and high-quality blend options, filter coffee, soluble coffee, whitener and teabags etc to council service areas that rely upon these supplies to assist them to deliver services to their end users.

Lot Information

Lot 1

The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs/Service of Hot Beverage Machines and Hot Beverage Consumables This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service/repairs and hot beverage consumables of the following elements- Lease of Hot Beverage Machines and supply of associated products Barista Espresso machines Automatic Grinder and knock out drawer Bean to Cup automated with milk fridge machine Short term hire of event equipment including Bean to Cup automated machines for major events/hospitality Soluble Hot Beverage machines The successful Supplier must also provide:- Arrangement for annual PSSR regulatory checks Supply and delivery of hot beverage consumables Maintenance/Ad-hoc repairs The lease of the hot beverage machines will include arrangement for installation, maintenance, annual regulatory PSSR checks and repairs. The hot beverage machine for installation will be supplied by the successful Supplier and will be required to be installed into the named premises within the Glasgow area. The council will not lease the machines directly with any 3rd party, the lease contract with be directly with the successful Supplier.

Renewal: 12 months prior to the expiry date, the council may consider commencing a new tender process.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04acf3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033413-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products

15 - Food, beverages, tobacco and related products


CPV Codes

03131100 - Coffee beans

15860000 - Coffee, tea and related products

Notice Value(s)

Tender Value
Not specified
Lots Value
£1,056,520 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Oct 20241 years ago
Submission Deadline
15 Nov 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Jan 2029

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
caroline.dougan@glasgow.gov.uk
Contact Phone
+44 1412876845

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04acf3-2024-10-16T15:54:24+01:00",
    "date": "2024-10-16T15:54:24+01:00",
    "ocid": "ocds-h6vhtk-04acf3",
    "description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions. Bidders must complete Document Eight - Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. Freedom of Information Act Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion Bidders will be required to complete the Non Collusion certificate. Insurance Mandate All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Two. Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One. Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27339. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Minimum Community Benefits 70 points is required; community benefit points will be triggered once the spend reaches 50,000 GBP. (SC Ref:780607)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005927CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Retail Coffee Systems and Hot Beverage Consumables including Maintenance and Repair",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "03131100",
            "description": "Coffee beans"
        },
        "mainProcurementCategory": "goods",
        "description": "Provision of Supply (lease) and installation of hot beverages machines supplies including coffee beans (triple certification) with 2 options, medium and high-quality blend options, filter coffee, soluble coffee, whitener and teabags etc to council service areas that rely upon these supplies to assist them to deliver services to their end users.",
        "lots": [
            {
                "id": "1",
                "description": "The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs/Service of Hot Beverage Machines and Hot Beverage Consumables This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service/repairs and hot beverage consumables of the following elements- Lease of Hot Beverage Machines and supply of associated products Barista Espresso machines Automatic Grinder and knock out drawer Bean to Cup automated with milk fridge machine Short term hire of event equipment including Bean to Cup automated machines for major events/hospitality Soluble Hot Beverage machines The successful Supplier must also provide:- Arrangement for annual PSSR regulatory checks Supply and delivery of hot beverage consumables Maintenance/Ad-hoc repairs The lease of the hot beverage machines will include arrangement for installation, maintenance, annual regulatory PSSR checks and repairs. The hot beverage machine for installation will be supplied by the successful Supplier and will be required to be installed into the named premises within the Glasgow area. The council will not lease the machines directly with any 3rd party, the lease contract with be directly with the successful Supplier.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "36"
                        },
                        {
                            "name": "Training (Machines)",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Maintenance and Annual PSSR",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 1056520,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1890
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months prior to the expiry date, the council may consider commencing a new tender process."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15860000",
                        "description": "Coffee, tea and related products"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process- There is a minimum financial requirement that affects trading performance, and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on EBITDA earnings over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required for the last 2 individual years filed in order for the 3 year profitability requirement to be verified. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) most recent sets of annual audited accounts including profit and loss information. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "minimum": "Glasgow City Council's Insurance Requirements are- Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period. Motor Insurance - Bidder shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to Document One - Invitation to Tender within the Attachment area of the portal within PCST for further details. Technical & Professional Ability Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement. Bidders are required to respond to question 4C.1.2 within the qualification submission of the tender. Please provide 2 relevant examples of supplies and or services carried out during the last five years as specified in the Contract Notice and Document One ITT: Example 1 50 percent Example 2 50 percent Total Section 100 percent Bidders must score a minimum threshold of 60% out of 100% in total for these example questions. Any Bidder who fails to achieve the minimum points score for any question will be disqualified.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As referred to in Document One - Invitation to Tender and Document Two -Terms and Conditions",
            "hasElectronicOrdering": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-11-15T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 1890
            }
        },
        "awardPeriod": {
            "startDate": "2024-11-15T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-11-15T12:00:00Z"
        },
        "hasRecurrence": true,
        "reviewDetails": "Precise information on deadline(s) for review procedures: Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "recurrence": {
            "description": "Jan 2029"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-73933",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412876845",
                "email": "caroline.dougan@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1043",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-73933",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000780607"
        }
    ],
    "language": "en"
}