Planning

Catering Consumables and Equipment 2025

  • NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-005979

Procurement identifier (OCID): ocds-h6vhtk-043c89

Published 23 February 2024, 1:50pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

Floor 3, Don Valley House, Savile Street East

Sheffield

S4 7UQ

Contact

Frances Adams

Email

frances.adams@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from 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

Catering Consumables and Equipment 2025

two.1.2) Main CPV code

  • 39222000 - Catering supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Non-exclusive framework agreement for the supply catering consumables and equipment to NHS Supply Chain depots via the Stocked/Blue diamond route or direct to customers via the eDirect/Direct route to market. The ranges of products available under the framework agreement include; Disposable and re-usable plates, bowls, cups and cutlery, Cooking Equipment & Food Transportation Systems.

This framework agreement is for a total of 48 months. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 61,200,000 and GBP 87,240,000 throughout the duration of this framework agreement. However, this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the framework agreement.

two.1.5) Estimated total value

Value excluding VAT: £87,240,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Disposable Consumables

Lot No

1

two.2.2) Additional CPV code(s)

  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39222000 - Catering supplies
  • 39222100 - Disposable catering supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations within the UK.

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Disposable Catering Consumables to NHS Supply Chain depots via the stocked/Blue Diamond route or direct to customers via eDirect route to market. Products include but are not limited to; disposable hot cups, napkins, cutlery, food packaging, film and foil, tablewear, plates and bowls, straws and stirrers.

NHS Supply Chain reserves the right to re-open competition under this framework agreement, with the successfully awarded applicants. Please note product testing may be used at any point during the tender process and throughout the life of the framework agreement. As evidence of compliance to the specification, applicants may be required to submit ward ready samples for each tendered product Free of Charge.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 34,000,000 and GBP 40,800,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Vending Consumables

Lot No

2

two.2.2) Additional CPV code(s)

  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39222000 - Catering supplies
  • 39222100 - Disposable catering supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations with the UK.

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Vending Consumables to NHS Supply Chain depots via the stocked/Blue Diamond route or direct to customers via eDirect route to market. Products include but are not limited to; disposable vending cups for use with hot and cold contents.

NHS Supply Chain reserves the right to re-open competition under this framework agreement, with the successfully awarded applicants. Please note product testing may be used at any point during the tender process and throughout the life of the framework agreement. As evidence of compliance to the specification, applicants may be required to submit ward ready samples for each tendered product Free of Charge.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 4,400,000 and GBP 4,840,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Non-Disposable Consumables

Lot No

3

two.2.2) Additional CPV code(s)

  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39222000 - Catering supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations with the UK.

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Non-Disposable Catering Consumables to NHS Supply Chain depots via the stocked/Blue Diamond route or direct to customers via eDirect route to market. Products include but are not limited to; crockery, cutlery, glassware, jugs and tumblers, specialist patient feeding and specialist patient hydration.

NHS Supply Chain reserves the right to re-open competition under this framework agreement, with the successfully awarded applicants. Please note product testing may be used at any point during the tender process and throughout the life of the framework agreement. As evidence of compliance to the specification, applicants may be required to submit ward ready samples for each tendered product Free of Charge.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 8,000,000 and GBP 12,000,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Catering Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 39310000 - Catering equipment
  • 39311000 - Light catering equipment
  • 50883000 - Repair and maintenance services of catering equipment
  • 55520000 - Catering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations with the UK.

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Catering Equipment direct to customers via eDirect/Direct route to market. Products that are included but not limited to are:

- Capital Equipment - Refrigeration, prime cooking, ovens, grills and fryers, blast chillers, serving counters, heated counters, dishwashers, griddles;

- Light Equipment - Kettles, microwaves, mixers, slicers, blenders, toasters, beverage machines.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 4,400,000 and GBP 8,800,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Food Transportation

Lot No

5

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 39310000 - Catering equipment
  • 39721000 - Domestic cooking or heating equipment
  • 42214100 - Cooking ovens
  • 55320000 - Meal-serving services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations with the UK.

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Food Transportation Equipment direct to customers via eDirect/Direct route to market. Products include but are not limited to;

- Regeneration Trolleys, Cook-serve, Cook-chill and Cook-freeze

- Food service trolleys,

- Docking stations,

- Tray service trolleys,

- Specialist equipment for individual bar-coded plated meals,

- Associated accessories & relevant technologies

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 10,400,000 and GBP 20,800,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.3) Estimated date of publication of contract notice

12 August 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during Summer 2024. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission:

- Employer’s Liability Insurance cover of £5m per claim in the name of the Applicant

- Public Liability Insurance cover of £5m per claim in the name of the Applicant

- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate

- ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution.

- Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (as amended).

The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts.

In addition, the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans’ (PPN 06/21) requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN 02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

NHS Supply Chain 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/bulk buy initiatives.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;

Registration:

1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.

2. If not yet registered:

- Click on the ‘Not Registered Yet’ link to access the registration page.

- Complete the registration pages as guided by the mini guide found on the landing page.

Portal Access & Expression of Interest:

- Login with URL https://nhssupplychain.app.jaggaer.com//

- Click on “SQs Open to All Suppliers”

- Find "SQ_522" and click on the blue text. Select Express interest.

If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com