Active SLED Opportunity · FLORIDA · THE CITY OF DORAL

    VENDING MACHINES OPERATION & MANAGEMENT

    Issued by The City of Doral
    cityRFPThe City of DoralSol. 248096
    Open · 11d remaining
    DAYS TO CLOSE
    11
    due May 5, 2026
    PUBLISHED
    Apr 1, 2026
    Posting date
    JURISDICTION
    The City
    city
    NAICS CODE
    454210
    AI-classified industry

    AI Summary

    The City of Doral seeks qualified firms to operate and manage vending machines at multiple city locations, focusing on service reliability, product variety, technology integration, and financial stability. Proposals are due by May 5, 2026.

    Opportunity details

    Solicitation No.
    248096
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 1, 2026
    Due Date
    May 5, 2026
    NAICS Code
    454210AI guide
    Jurisdiction
    The City of Doral
    State
    Florida
    Agency
    The City of Doral

    Description

    The City of Doral is seeking Responses from a qualified Respondent to provide Vending Machines Operation & Management Services. The City of Doral is requesting proposals from qualified and experienced firms for the Operation and Management of Vending Machines at various locations throughout the City. .

    The City is requesting sealed proposals from qualified and experienced firms for vending machine operation and maintenance at various locations within the City. The firm shall have the capacity to expand as needed to additional facilities as needed by the city. Upon the City Council’s ratification of the Selection Committee’s rankings the City will enter into an agreement subject to the approval of the City Manager in his or her sole discretion (the “Agreement”), and approved as to form and legality by the City Attorney, with the selected Provider to operate vending machines at the specified locations, subject to the terms and conditions of the Agreement (the “Services”).

     

    It is the City’s intent and the purpose of these specifications to secure a qualified firm to manage and operate vending machines at City facilities, which includes the sale of prepackaged food and beverages on behalf of the City. Proposers are not permitted to subcontract in whole or in part any portion of service or services.

     

    The successful Proposer must be an independent Provider and the individual(s) assigned to work for the City by the Proposer shall be subject to the approval of the City and will not be City employee(s).

    Project Details

    • Reference ID: 2026-11
    • Department: Procurement
    • Department Head: Roman Martinez (Procurement Director)

    Important Dates

    • Questions Due: 2026-04-28T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-15T14:00:00.000Z — Doral Central Park Community Center - 3005 NW 92nd Ave, Doral, FL 33172

    Addenda

    • Addendum #1 (released 2026-04-02T18:17:22.507Z) —

      Section 6.1.18 - Price sheet updated

       

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-08T21:30:08.046Z) —

      Addendum No. 2

      Section 4.1.3  PRE-PROPOSAL CONFERENCE  has been amended. Below is the amended paragraph. MANDATORY Pre-Proposal Meeting is April 15, 2026 at 10am at Central Park.

      A Mandatory Pre-Proposal Conference will be held on April 15, 2026 ar 10:00am at City of Doral Central Park, Doral Central Park - 3005 NW 92nd Ave, Doral, FL 33172 . During this conference all work will be discussed. The Purchasing Division will respond to all questions submitted during the pre-bid conference by issuance of a written addendum to the ITN. Attendance to the Pre-Bid conference is Mandatory.

    • Addendum #3 (released 2026-04-15T20:03:40.791Z) —

      Section 2.2.11 – (H) has been updated.

      Vending Machine -City Hall 2nd FL image and Vending Machine -Police station image added to attachments.

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Firm Experience & Qualifications (30 pts)
      • Experience providing vending machine services for public sector clients (municipalities, airports, schools, etc.)
      • Years in business and organizational stability
      • Past performance on similar-sized contracts
      • Key personnel experience 
    • Proposed Approach & Operational Plan (25 pts)
      • Approach to machine stocking, servicing, and maintenance schedules
      • Responsiveness to outages and service calls
      • Plan for minimizing downtime and ensuring product availability
      • Logistics and route optimization
      • Customer service approach (complaints, refunds, etc.)
    • Product Mix & Innovation (15 pts)
      • Variety and quality of products (snacks, beverages, fresh food options)
      • Healthy and wellness-oriented offerings
      • Ability to customize products based on location demographics
      • Sustainability (eco-friendly packaging, energy-efficient machines)
    • Technology & Reporting Capabilities (15 pts)
      • Cashless payment options (credit/debit, mobile pay, NFC, apps)
      • Real-time inventory tracking and restocking alerts
      • Sales tracking and reporting dashboards
      • Remote machine monitoring
      • Data analytics capabilities to optimize performance 
    • Financial Stability & Capacity (15 pts)
      • Financial statements or evidence of financial strength
      • Ability to invest in machines and infrastructure
      • Capacity to scale across multiple municipal locations
      • Insurance coverage 
    • Quality & Clarity of Presentation (20 pts)
      • Organization, clarity, and professionalism
      • Alignment with written proposal
      • Effectiveness in communicating key differentiators
    • Team Qualifications & Q&A Responsiveness (20 pts)
      • Knowledge and experience of presenting team
      • Quality, clarity, of responses
      • Ability to think critically and adapt
      • Consistency across responses
    • Demonstrated Understanding of Municipal Needs (15 pts)
      • Understanding of service goals (revenue generation, reliability, user satisfaction)
      • Ability to address diverse city locations
      • Tailoring of approach to the City of Doral
    • Operational Execution & Service Reliability (10 pts)
      • Stocking and service schedules
      • Downtime prevention and response times
      • Maintenance approach and staffing
      • Contingency planning (emergencies, high-demand periods)
    • Technology & Reporting Capabilities (10 pts)
      • Cashless payment systems and user accessibility
      • Real-time monitoring and inventory systems
      • Reporting transparency (sales, commissions, uptime)
      • Data access for the City of Doral
    • Pricing / Financial Proposal (25 pts)
      • Proposed commission/revenue share to the City of Doral
      • Minimum annual guarantees (if offered)
      • Transparency and clarity of financial model
      • Pricing competitiveness relative to market
      • Any additional financial incentives or value
    • Review, Evaluation of BAFO submission (35 pts)
      • Final commission/revenue share to the Municipality
      • Minimum guarantees (if any)
      • Financial clarity, transparency, and enforceability
      • Sustainability of proposed financial model
      • Improvements from initial Phase II pricing
    • Technical Qualifications & Experience (25 pts)
      • Demonstrated experience and past performance
      • Qualifications of firm and key personnel
      • Proven success with similar municipal or public-sector contracts
    • Final Operational Approach & Service (20 pts)
      • Clarity and feasibility of final service plan
      • Agreed-upon service levels (stocking, maintenance, response times)
      • Reliability and scalability across municipal locations
      • Any improvements made during negotiations 
    • Technology & Reporting (10 pts)
      • Confirmed technology solutions (cashless, monitoring, reporting)
      • Data access and transparency for the Municipality
      • Enhancements or commitments made during negotiations
    • Customer Service & Account Management (10 pts)
      • Finalized approach to issue resolution and refunds
      • Dedicated account management structure
      • Communication protocols and reporting cadence

    Submission Requirements

    • Performance Evaluation Survey (required)

      Please download the below documents, complete, and upload.

    • Bid Submission Packet (required)

      Bid Submission Packet should include and requirements listed in Response Requirements section. Include a Table of Contents which should follow in sequential order the sections and documents specified herein, including all documents requested. All pages should be consecutively numbered and correspond to the Table of Contents.

    • Date of Entity Formation (required)
    • Entity Type (required)
    • Office Location (required)
    • FEI/EIN Number (required)
    • Authorized Representative (required)

      Name and Title

    • The undersigned Respondent agrees, if this Bid is accepted by the City, to enter into an agreement with the City of Doral to perform and furnish all goods and/or services as specified or indicated in the Contract for the Price and within the timeframe indicated in this Solicitation and in accordance with the terms and conditions of the Contract. (required)
    • Respondent accepts all of the terms and conditions of the Solicitation, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 180 days after the day of Bid opening. Respondent agrees to sign and submit the Contract with any applicable documents required by this ITN within ten days after the date of City’s Notice of Award (If applicable).
    • Respondent further warrants and represents that it has familiarized itself with the nature and extent of the Contract, required goods and/or services, site, locality, and all local conditions and applicable laws and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. (required)
    • Respondent further warrants and represents (required)

      It has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions to the extent applicable to the Work, and has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all information that pertains to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or furnishing of the Work, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Respondent for such purposes.

    • Respondent further warrants and represents that it has given the City written notice of all errors or discrepancies it has discovered in the Contract and the resolution thereof by the City is acceptable to Respondent. (required)
    • Respondent further warrants and represents (required)

      This Bid/Proposal is genuine and not made in the interest of or on behalf of any other undisclosed person, firm or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Submittal ; Respondent has not solicited or induced any person, firm or corporation to refrain from submitting; and Respondent has not sought by collusion to obtain for itself any advantage over any other Respondent or over the City.

    • Respondent understands that the quantities provided are only provided for Submittal evaluation only. The actual quantities may be higher or lower than those in the Submittal form. (required)
    • Respondent understands and agrees that the Contract Price is a Unit Rate Contract to furnish and deliver all of the Work complete in place. As such, the Proposer shall furnish all labor, materials, equipment, tools, supervision, and services necessary to provide a complete Project. (required)
    • Communication - If information is different than what is provided in Vendor Profile:

      Communications concerning this Proposal shall be addressed to:

      Please provide:

      • Name of Respondent
      • Telephone Number
      • Email Address
      • Attention
    • Statement (required)

      I understand that a "person" as defined in 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding Contract and which Bids or applies to Bid on Contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "persons" includes officers, directors, executives, partners, shareholders, employees, members, and agents active in the management of the entity.

    • Pricing Sheet (required)

      Please download the below documents, complete, and upload and excel spreadsheet.

    • Business Entity Affidavit (required)

      Please download the below documents, complete, and upload.

    • Respondent References (required)

      Please download the below documents, complete, and upload.

    • Respondent Affidavits (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure (required)

      Please download the below documents, complete, and upload.

    • Certificate of Authority (required)

      Please download the below documents, complete, and upload.

    • AFFIDAVIT REGARDING UNAUTHORIZED ALIENS UNDER 448.095, FLORIDA STATUTES (required)

      Please download the below documents, complete, and upload.

    • REQUIRED AFFIDAVIT REGARDING THE USE OF COERCION FOR LABOR AND SERVICES (required)

      Please download the below documents, complete, and upload.

    • LIST OF PROPOSED SUBCONTRACTORS (required)

      Please download the below documents, complete, and upload.

    • IRS Form W-9 (required)

      Completed Request for Taxpayer Identification Number and Certification

    • Veteran Certified Business Certificate

      Respondents must submit their Veteran Certified Business Certificate with their response.

    • Copy of License(s) (required)

      The Successful Respondent must provide a copy of their occupational/business license and state registration at the time of award. Florida state registration can be downloaded and printed at www.sunbiz.org.

    • Financial Statements (required)

      This section will remain confidential. Do not include statements in Bid Submission Packet.

    • Trade Secret (required)

      Proposer must identify any trade secret being claimed. NOTE: Designation of the entire Proposal as “Trade ‘Secret’, ‘Proprietary’ or ‘Confidential’ is not permitted and may result in a determination that the Proposal is non-responsive and therefore will not be evaluated or considered.  NOTE: Trade secret requests made after the Due Date and Time are not allowed. Proposer must submit purported trade secret information as follows:

      • Shall cite, for each trade secret claimed, the Florida Statute number that supports the designation. Further, Proposer shall offer a brief written explanation as to why the cited Statute is applicable to the information claimed as a trade secret.
      • Provide a complete electronic copy of its proposal, clearly designated as “Original,” and that includes all items it has designated as trade secrets.
      • Provide an additional electronic copy of its proposal that redacts all designated trade secrets, clearly marked as “ Redacted Copy”.
    • Brief Description of Service(s)/Product(s) (required)

      Fill in the blank:

      "The City of Doral is soliciting Bids/Proposals for ____"

    • Brief overview of Services/Project, etc. (required)
    • Enter Number of Professionals to be awarded the contract for your project (required)

    Questions & Answers

    Q (Annual gross sales): What were the annual gross sales for this contract in 2025 or the past 12 months?

    A: $380,000 For the last 12 months


    Q (Machines): Of the 25 machines, how many are snack machines?

    A: 11 Vending Machines


    Q (No subject): Is this only packaged snacks and beverages?

    A: We are open to other vending items as well, Trails and Tails Park for example has dog treats and items.


    Q (Locations ): What type of locations are these?

    A: Parks and community centers


    Q (Commission): What is the current commission that is being paid to the city for this contract?

    A: 20%


    Q (Current Vendor): What company currently has this contract with the city?

    A: Canteen Vending Services , formerly Bettoli Vending


    Q (Pre Meeting): It states April 14th and another place it mentions April 15. Which is the correct date?

    A: An Addendum has been issued correcting the date of the Pre-Bid Meeting. Confirming that the MANDATORY attendance of the Pre-Bid meeting is scheduled on Wednesday, April 15, 2026 at 10am at the Doral Central Park.


    Q (Exceptions): CITY OF DORAL INVITATION TO NEGOTIATE VENDING MACHINES OPERATION AND MANAGEMENT ITN 2026-11 CANTEEN’S RESERVATION OF RIGHT TO FURTHER NEGOTIATE CONTRACT TERMS AND CONDITIONS Compass Group USA, Inc., through its Canteen Division (“Canteen”), has successfully negotiated and executed agreements with numerous municipalities, universities, healthcare systems, school districts, and leading organizations nationwide. Canteen is confident in its ability to partner with the City of Doral (“City”) to negotiate an agreement that supports the City’s operational objectives while maintaining a fair and mutually beneficial relationship. If Canteen is selected for award, Canteen and the City will engage in good faith discussions to negotiate and finalize contract terms that are practical, balanced, and equitable for both parties. Canteen’s proposal is submitted with the express understanding that all contractual terms and conditions remain subject to such negotiations and that no binding obligation shall exist unless and until a definitive written agreement is executed by authorized representatives of both parties. Canteen appreciates the opportunity to submit its initial exceptions to the City and looks forward to the possibility of establishing a long-term, collaborative partnership with the City. 1) Section 1.1.11; Section 2.2.8; and Section 4.1.5, Pricing. Due to continued fluctuations in market conditions that are beyond the control of Canteen, Canteen requests the right to adjust pricing, at least one time each agreement year, at a rate equal to the Consumer Price Index – Food Away From Home, and at any time during the agreement year for material cost fluctuations due to validity in market conditions. 2) Section 2.2.2; and Section 4.1.7; and Section 5.2.3, Exclusivity. Canteen requests the right to be able to provide the vending services to the City on an exclusive basis, which will enable Canteen to offer the most competitive financial terms under the circumstances as consistent with commercial terms and conditions. 3) Section 2.2.10, Background Checks. Canteen will perform background checks of its employees consistent with Canteen’s policies and procedures and applicable laws. The City will be provided a “pass/fail” response as to the results of such background checks. 4) Section 4.1.4, Term of Contract. Canteen requests the right to agree to any agreement extensions and to renegotiate financial or other terms, if necessary, based upon changes in its policies, procedures, or the market conditions. 5) Section 4.1.8; and Exhibit A, Insurance. As the leader in its industry, Canteen maintains robust insurance policies and can materially comply with all the insurance requirements included in the ITN. However the insurance terms in the resulting agreement between the parties will be mutually agreed upon by the parties based upon the terms and conditions of Canteen’s insurance policies. 6) Section 5.2.33, Indemnification. Please be advised that Canteen will indemnify, defend and hold the City harmless from all claims (including the violation of any patents) to the extent that such claims are caused by the negligent acts or omissions or breach of the agreement by Can teen, its employees, agents, or representatives. 7) Section 5.2.55, Termination. Canteen requests that the resulting agreement includes a termination right for Canteen, at any time and without cause, upon 90 days prior written notice to the City.

    A: This Question & Answer section is provided solely for clarification of the solicitation. It cannot be used to negotiate, alter, or establish any contractual terms or conditions.


    Key dates

    1. April 1, 2026Published
    2. May 5, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.