Award

Catering Equipment Servicing and Maintenance

BUCKINGHAM PALACE

This public procurement record has 2 releases in its history.

Award

06 Jan 2026 at 19:05

Tender

16 Jun 2025 at 18:05

Summary of the contracting process

The procurement process for the "Catering Equipment Servicing and Maintenance" contract has been completed with Buckingham Palace as the buying organisation. This contract falls under the "Miscellaneous repair and maintenance services" industry category, primarily in London, UK. The procurement utilised an open, competitive flexible procedure, comprising two stages: a Procurement-Specific Questionnaire (PSQ) and an Invitation to Tender (ITT). McFarlane Telfer Ltd has been awarded the contract, valued at £795,000 with a start date of 19 January 2026, running initially for a three-year period with the option of renewal for up to two additional years. The award was finalised on 6 January 2026, with a standstill period ending on 15 January 2026.

This tender provides significant opportunities for businesses specialising in repair and maintenance services, particularly those with capabilities to manage and service catering equipment at prestigious sites. SMEs, like McFarlane Telfer Ltd, are encouraged to participate due to the open nature of the procurement. Businesses with strengths in quality and environmental sustainability would be well-suited to compete, as these criteria formed part of the evaluation process. The contract offers extensive opportunities to collaborate closely with the Royal Household and maintain assets across several high-profile royal estates, promising substantial business growth potential.

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

Catering Equipment Servicing and Maintenance

Notice Description

The Royal Household is seeking a supplier to service and maintain all catering equipment across the London and Windsor estates: Buckingham Palace, St James's Palace, Clarence House, Kensington Palace and Windsor Castle. The scope of this contract includes: a. Planned testing and maintenance of catering equipment across all sites detailed above. b. Reactive maintenance of catering equipment across all sites detailed above. c. Standby support at all major planned events on site, and ability to attend a call-out from the Royal Household Property Section (RHPS) to an in-scope site within 2 hours and make safe within 4 hours - 24 hours a day, all year round. d. Providing quotes on request for replacement catering equipment, including electric equivalent appliances where the current appliance is gas fired. e. Performance of all maintenance services in accordance with regulatory requirements and recommendations (e.g. O&M manuals and manufacturer's recommendations). f. Undertaking full functional and safety checks on all in-scope plant, assets, equipment and associated parts and replacement consumables to ensure full compliance with European and British Standards, Building and Fire Safety Regulations, and other statutory and legislative minimum standards (including F-Gas REFCOM, or an equivalent, and Gas Safe). g. Updating and maintaining asset schedules for plant and equipment covered by this contract through the RHPS' CAFM system (INVIDA). This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The procedure in this instance will consist of completion of a Procurement-Specific Questionnaire (PSQ) (stage 1) and an Invitation to Tender (stage 2). Tenderers will need to email the Royal Household Procurement team (procurement@royal.uk) to request access to the PSQ. Tenderers will need to sign up to the Royal Household's e-Sourcing platform, Delta, in order to access and return the PSQ in stage 1 and the ITT in stage 2, as well as submit clarification questions. Sign up link: https://www.delta-esourcing.com/delta/signup.html?userType=supplier. Note that only up to the five highest-scoring responses in stage 1 will be invited to participate in stage 2. This tender will not be split into lots. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1004505478

Lot Information

Lot 1

Renewal: The contract will run on a 3-year initial term, with a possible 2-year extension in one-year increments (subject to agreement).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054dd3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000858-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50800000 - Miscellaneous repair and maintenance services

Notice Value(s)

Tender Value
£650,000 £500K-£1M
Lots Value
£650,000 £500K-£1M
Awards Value
£795,000 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jan 20261 months ago
Submission Deadline
11 Jul 2025Expired
Future Notice Date
Not specified
Award Date
6 Jan 20261 months ago
Contract Period
19 Jan 2026 - 17 Jan 2029 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BUCKINGHAM PALACE
Contact Name
Nik Vidler
Contact Email
procurement@royal.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 1AA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

MCFARLANE TELFER

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-054dd3-2026-01-06T19:05:10Z",
    "date": "2026-01-06T19:05:10Z",
    "ocid": "ocds-h6vhtk-054dd3",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGLT-2499-PJTM",
            "name": "Buckingham Palace",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGLT-2499-PJTM"
            },
            "address": {
                "streetAddress": "Buckingham Palace",
                "locality": "London",
                "postalCode": "SW1A 1AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Nik Vidler",
                "email": "procurement@royal.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-03646063",
            "name": "McFarlane Telfer Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03646063"
            },
            "address": {
                "streetAddress": "Unit B5 Westacott Business Centre, Westacott Way, Littlewick Green",
                "locality": "Maidenhead",
                "postalCode": "SL6 3RT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "name": "George Roberts-Smith",
                "email": "george@mcft.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGLT-2499-PJTM",
        "name": "Buckingham Palace"
    },
    "tender": {
        "id": "PPTO_0007",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Catering Equipment Servicing and Maintenance",
        "description": "The Royal Household is seeking a supplier to service and maintain all catering equipment across the London and Windsor estates: Buckingham Palace, St James's Palace, Clarence House, Kensington Palace and Windsor Castle. The scope of this contract includes: a. Planned testing and maintenance of catering equipment across all sites detailed above. b. Reactive maintenance of catering equipment across all sites detailed above. c. Standby support at all major planned events on site, and ability to attend a call-out from the Royal Household Property Section (RHPS) to an in-scope site within 2 hours and make safe within 4 hours - 24 hours a day, all year round. d. Providing quotes on request for replacement catering equipment, including electric equivalent appliances where the current appliance is gas fired. e. Performance of all maintenance services in accordance with regulatory requirements and recommendations (e.g. O&M manuals and manufacturer's recommendations). f. Undertaking full functional and safety checks on all in-scope plant, assets, equipment and associated parts and replacement consumables to ensure full compliance with European and British Standards, Building and Fire Safety Regulations, and other statutory and legislative minimum standards (including F-Gas REFCOM, or an equivalent, and Gas Safe). g. Updating and maintaining asset schedules for plant and equipment covered by this contract through the RHPS' CAFM system (INVIDA). This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The procedure in this instance will consist of completion of a Procurement-Specific Questionnaire (PSQ) (stage 1) and an Invitation to Tender (stage 2). Tenderers will need to email the Royal Household Procurement team (procurement@royal.uk) to request access to the PSQ. Tenderers will need to sign up to the Royal Household's e-Sourcing platform, Delta, in order to access and return the PSQ in stage 1 and the ITT in stage 2, as well as submit clarification questions. Sign up link: https://www.delta-esourcing.com/delta/signup.html?userType=supplier. Note that only up to the five highest-scoring responses in stage 1 will be invited to participate in stage 2. This tender will not be split into lots. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1004505478",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50800000",
                        "description": "Miscellaneous repair and maintenance services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 780000,
            "amount": 650000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. Stage 1: completion of PSQ, which must be completed and returned to the Royal Household no later than 21st July 2025 at 1100 hours. The deadline for submission of clarification questions is 11th July 2025 at 1100 hours. Up to the top five highest-scoring responses will then be invited to submit an ITT return. Stage 2: ITT (for which the award criteria is set out in this Notice), which must be completed and returned to the Royal Household no later than 8th September 2025 at 1100 hours. The deadline for submission of clarification questions will be 29th August 2025 at 1100 hours. (Dates for Stage 2 are provisional, and will be confirmed in the ITT documentation)."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "Tenderers will need to sign up to the Royal Household's e-Sourcing platform, Delta, in order to receive the ITT and able to submit clarification questions and tender returns. Sign up link: https://www.delta-esourcing.com/delta/signup.html?userType=supplier. Tenderers will need to be registered on the Central Digital Platform (CDP) in order to complete the PSQ. The CDP is free to use and will mean tenderers should no longer have to re-enter this information for each public procurement. The CDP is available at https://www.gov.uk/find-tender.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-21T10:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-11T10:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-30T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 780000,
                    "amount": 650000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Environment and Sustainability",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00+00:00",
                    "endDate": "2029-01-11T23:59:59+00:00",
                    "maxExtentDate": "2031-01-11T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will run on a 3-year initial term, with a possible 2-year extension in one-year increments (subject to agreement)."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "032771-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032771-2025",
                "datePublished": "2025-06-16T19:05:19+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Catering Equipment Servicing and Maintenance",
            "status": "pending",
            "date": "2026-01-06T00:00:00+00:00",
            "value": {
                "amountGross": 795000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03646063",
                    "name": "McFarlane Telfer Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50800000",
                            "description": "Miscellaneous repair and maintenance services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-15T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-19T00:00:00+00:00",
                "endDate": "2029-01-17T23:59:59+00:00",
                "maxExtentDate": "2031-01-17T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract will run on a 3-year initial term, with a possible 2-year extension in one-year increments (subject to agreement)."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "000858-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/000858-2026",
                    "datePublished": "2026-01-06T19:05:10Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-06T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-18T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}