Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Skipton House, 80 London Road
London
SE1 6LH
strategicsourcing@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
Buyer's address
https://www.gov.uk/government/organisations/department-of-health/about/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Multi Temperature Food Solutions
Reference number
20
two.1.2) Main CPV code
- 15000000 - Food, beverages, tobacco and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain: Food seeks to establish a non-exclusive Framework Agreement for supply to Trusts within the NHS (the “Customer(s)”) via the Direct Route.
Details of the NHS Supply Chain routes to market can be found in Appendix 3e Operational Suppliers Requirements.
The Framework Agreement is for the supply of Multi Temperature Food Solutions to the NHS Supply Chain customer base via the Direct route. The Specification includes Ambient, Chilled and Frozen food products.
This Framework Agreement consists of 2 (two) Lots:
• Lot 1 Frozen Food Products
• Lot 2 Multi Temperature Foods
Applicants may tender for one or all of the Lots.
two.1.5) Estimated total value
Value excluding VAT: £240,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Frozen Food Products
Lot No
1
two.2.2) Additional CPV code(s)
- 15000000 - Food, beverages, tobacco and related products
- 15220000 - Frozen fish, fish fillets and other fish meat
- 15221000 - Frozen fish
- 15229000 - Frozen fish products
- 15251000 - Frozen crustaceans
- 15311000 - Frozen potatoes
- 15311200 - Diced, sliced and other frozen potatoes
- 15331170 - Frozen vegetables
- 15555000 - Ice cream and similar products
- 15555100 - Ice cream
- 15896000 - Deep-frozen products
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The supply of Frozen Food Products, including:
• frozen fish
• frozen fish, fish fillets and other fish meat
• frozen fish products
• frozen crustaceans
• frozen potatoes
• diced, sliced and other frozen prepared potatoes
• frozen vegetables
• Ice Cream and similar products
• Ice cream
• deep frozen products
• specifically frozen: bakery products, meat, meat products & meat substitute products, poultry, savoury products, pizza, desserts, cakes.
The value for the first 24 months is anticipated to be £11M and £44M for the full 48 months (if extended).
Applicants may price for one, more than one, or all the product lines listed in the ‘Commercial Envelope’ in the Eprocurement portal in Lot 1.
However, Applicants must submit a price against every product listed in the ‘Commercial Envelope’ that they are able to supply at time of tender.
NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents, at tender evaluation stage, to the relevant Lot of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Service & Delivery Capability / Weighting: 15
Quality criterion - Name: Supply Chain / Weighting: 15
Quality criterion - Name: Health and Wellbeing / Weighting: 5
Quality criterion - Name: Resource Efficiency / Weighting: 10
Quality criterion - Name: Socio-economic / Weighting: 10
Quality criterion - Name: Quality of Service / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £44,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Multi Temperature Foods
Lot No
2
two.2.2) Additional CPV code(s)
- 15000000 - Food, beverages, tobacco and related products
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The supply of two different temperatures of product on the same delivery vehicle. The combination being either;
• Ambient and Chilled food products on the same delivery;
Or
• Ambient and Frozen food products on the same delivery;
Or
• Chilled and Frozen food products on the same delivery;
Or
• Ambient and Chilled and Frozen food products on the same delivery.
The value for the first 24 months is anticipated to be £49M and £196M for the full 48 months (if extended).
It is a mandatory requirement that Applicants for Lot 2 have the ability to provide a minimum of two different temperatures of product within the ‘Commercial Envelope’ in Lot 2.
Failure to do so will result in the Applicant’s tender submission for ALL submitted product lines for Lot 2 in its entirety not being evaluated further.
The temperature of each Product listed is shown in the ‘Temperature Category’ column in the Lot 2 ‘Commercial Envelope’.
For example, an Applicant must price for, at minimum, either:
• An Ambient Product AND a Chilled Product.
OR
• An Ambient Product AND a Frozen Product.
OR
• A Chilled Product AND a Frozen Product.
Applicants must submit a price against every product listed in the ‘Commercial Envelope’ that they are able to supply at time of tender.
NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents, at tender evaluation stage, to the relevant Lot of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Service & Delivery Capability / Weighting: 15
Quality criterion - Name: Supply Chain / Weighting: 15
Quality criterion - Name: Health and Wellbeing / Weighting: 5
Quality criterion - Name: Resource Efficiency / Weighting: 10
Quality criterion - Name: Socio-economic / Weighting: 10
Quality criterion - Name: Quality of Service / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £196,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement will have an initial term of 24 months with an option to extend incrementally for up to
a further 24 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
List and brief description of conditions:
Applicants should refer to II.2) of this contract notice for further details in respect of appointment to the framework agreement. Applicants may bid for one, more than one or all lots and applicants should refer to the invitation to tender for more information in respect of this. The term of contracts formed under the framework agreement may continue beyond the end of the term of the framework agreement itself. NHS Supply Chain: food expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives. Please refer to section 9 of the ITT in respect to this. NHS Supply Chain: food will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by:
1) any NHS Trust;
2) any other NHS entity;
3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or
4) any private sector entity active in the UK healthcare sector.
Only NHS Supply Chain: food can order from the framework agreement and enter into contracts under it. Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt and not withstanding the estimate indicated at II.1.4) and II.1.5). NHS Supply Chain: food does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
NHS Supply Chain: food is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain: food reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com using the message centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3) is an estimate only.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
The contracting authority reserves the right to require groupings of entities to take a particular form or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The framework agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 28
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 218-536542
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 April 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://
nhssupplychain.app.jaggaer.com/
Candidates wishing to be considered for this contract must register their expression of interest and provide
additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal
using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by
following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
Not Applicable
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).