Awarded contract

Framework Agreement For the supply and distribution of Dry, Chilled and Frozen Food

  • Portsmouth City Council

F03: Contract award notice

Notice reference: 2024/S 000-006653

Published 1 March 2024, 12:40pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

NUTS code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/services/business/procurement/contract-opportunities-with-us/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement For the supply and distribution of Dry, Chilled and Frozen Food

Reference number

2023/S 000-035503

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

Portsmouth City Council ('the council') has awarded two contracts for the supply and distribution of dry, chilled, and frozen food to Adult Social Care sites in the Portsmouth Area as required.

The council are establishing a Framework of two Suppliers in order to satisfy the council's best value duties. Suppliers will have the ability to update their framework prices on a monthly basis. Call-offs contracts (resulting in the ordering of goods) will be awarded following a process where the prices of goods to be supplied are compared across the two framework suppliers and the contract awarded to the supplier with the lowest total value.

The estimated value of the framework is IRO £145,000 per annum, and IRO £580,000 over the total four-year term.

The framework value is expected to remain in the region of the figure stated above however it may increase or decrease throughout the framework term subject to any known or unknown changes to budget allocation, negotiations regarding inflationary increases, variation of services, or addition of further associated services in order to meet changes in demand or delivery.

An accurate forecast cannot be made regarding the level of further funding, if any, that may become available, but it is not expected to amount to an increase of more than approximately 50% over the Framework's lifetime and would therefore initially offer an approximate figure of £217,500 per annum, £870,000 over the four-year term.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £870,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 15100000 - Animal products, meat and meat products
  • 15200000 - Prepared and preserved fish
  • 15300000 - Fruit, vegetables and related products
  • 15400000 - Animal or vegetable oils and fats
  • 15500000 - Dairy products
  • 15600000 - Grain mill products, starches and starch products
  • 15800000 - Miscellaneous food products

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

Portsmouth City Council spends approximately £145,000 per annum for the provision of dry, chilled, and frozen foods where goods are delivered as and when required to Adult Social Care sites.

Source of referrals will include but is not limited to, the supply and distribution to the following sites:

• Residential or Nursing, including Harry Sotnick House, Russets and Shearwater

• Day Services, including The Royal Albert Day Centre and SensePlus Portsmouth

• Other Adult Services include Short Stay, Respite, Rehabilitation for the Elderly

• The potential opportunity to deliver goods to other directorates across the Council including museums and other Council operated sites (currently these sites are covered by another contract).

Orders and deliveries:

The Service will be available between Monday to Sunday for ordering and deliveries throughout the year. Deliveries to Adult Social Care sites are required once a week for some units, and multiple times for others. Care Homes are in operation 24 hours per day, 365 days per year. The timing of deliveries must coincide with normal working hours unless otherwise agreed with the Council.

Framework operation & mini-competition process:

In order to satisfy the council's best value duties and recognising the need for Contractors to increase and decrease the price of goods in accordance with market fluctuations, the Contactor shall, by the 15th day of each month during the Framework Period, provide the Council with updated Framework Agreement Prices by using the Pricing Spreadsheet provided, which will include updated prices for their Services for the next Service Period (i.e., 1st - 31st). The Council shall, upon receipt of updated Framework Agreement Prices from the Contractors, use the updated Framework Agreement Prices when conducting mini-competitions for Call-Off Contracts for the next Service Period.

When placing an Order the Council will conduct a mini competition which will be evaluated 100% based on the Call-Off Contract Price of the Order, based on the Framework Agreement for the relevant Service Period. The call-off contract for the Order being placed will be awarded to the supplier/ contractor with the lowest total price (Call-Off Contract Price) for the goods being ordered. Should the Call-Off Contract Price fail to meet an individual Contractor's minimum threshold for Orders then their Framework Agreement Prices will automatically be considered void for that Order.

Following an evaluation by the Council for the Order, the Council will use the Contractor's online portal in order to submit the Order. Once the Order has been submitted this will constitute a Call-Off Contract for the purpose of this Framework Agreement.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No


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

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-035503


Section five. Award of contract

Contract No

1

Title

Supplier 1 - Framework Agreement For the supply and distribution of Dry, Chilled and Frozen Food

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 February 2024

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Medina Quay Meats Ltd

Enterprise House, Eureka Business Park, Ashford

Kent

TN25 4AG

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

00742962

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £435,000

Total value of the contract/lot: £435,000


Section five. Award of contract

Contract No

2

Title

Supplier 2 - Framework Agreement For the supply and distribution of Dry, Chilled and Frozen Food

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 February 2024

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Hunt's Food Group Ltd

Ludbourne Road, Sherborne, Dorset

Sherborne

DT9 3NJ

Country

United Kingdom

NUTS code
  • UKK - South West (England)
Companies House

01194446

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £435,000

Total value of the contract/lot: £435,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk/