Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Kent
XN5452
The Registry
Canterbury, Kent
CT2 7NZ
UK
Contact person: Hayley Deville
Telephone: +44 7921487620
E-mail: h.deville@kent.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.kent.ac.uk/finance/procurement.html
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=69354&B=UNIVERSITYKENT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=69354&B=UNIVERSITYKENT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Supply of Espresso Coffee Beans, Hot Beverage Product & Training and The Supply of Equipment & Maintenance
Reference number: HD22_002
II.1.2) Main CPV code
15000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The University of Kent catering team and commercial services have been working on a strategy to consolidate the coffee offer across the campus at Kent, the objectives are to replace most of the coffee machines (with a maintenance package) across many different catering outlets on campus and consolidate to locally roasted espresso bean, offering two beans, a standard and guest with its own sustainability mission. and to introduce a structured training programme to streamline and simplify the offering across the campus, the hope is to introduce a drop size discount, improve quality of product and deliver a structured training programme.
II.1.5) Estimated total value
Value excluding VAT:
240 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Purchase or lease coffee machines
II.2.2) Additional CPV code(s)
15000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 is to price for both purchase and lease of approximately 3 barista coffee machines, 6 grinders, 4 tamping press, 5 bean to cup machines and 9 filter coffee brewers, the specifications of the machines are attached on the separate document 4- Pricing Schedule to be priced and also to support a full maintenance package for all equipment leased or owned by the University of Kent.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2023
End:
01/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 2
II.2.1) Title
Supply of 2 espresso coffee beans
II.2.2) Additional CPV code(s)
15000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 is for the supply of 2 espresso coffee beans, roasted local to the University of Kent Canterbury campus and with its own sustainability mission, the standard and guest offering will total an annual average tonnage of around 2400kg with a 70% - 30% split in favour of the guest bean, also to supply the full hot beverage range offering of a filtered coffee, decaffeinated, tea, hot chocolate and potentially coffee cups with a structured training programme fully delivered throughout the life
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
80 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2023
End:
01/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
03/07/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Early 2026
VI.4) Procedures for review
VI.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.5) Date of dispatch of this notice
08/06/2023