Tender

YPO - 001114 Food Deal 2

  • YPO

F02: Contract notice

Notice identifier: 2022/S 000-022068

Procurement identifier (OCID): ocds-h6vhtk-035ac0

Published 10 August 2022, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 1924885903

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

http://www.ypo.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001114 Food Deal 2

Reference number

001114

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

YPO are looking for Suppliers to be appointed onto a Framework for the supply and distribution of various Food Service categories direct to YPO customers, typically for use in the education sector, NHS, public sector buildings, charitable status organisations such as housing organisations and care homes, care catering, the prison service and sheltered housing within the public sector. The Framework is designed to meet the needs of all public sector organisations which include YPO’s internal requirements (staff canteen) and any of YPO’s wholly owned associated or subsidiary companies. The end customer will place the order/s with the Supplier and the Supplier will deliver direct to the end customer.

It is highly unlikely that this framework will be used to purchase YPO stock, and suppliers must be able to deliver direct to customer’s premises.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Lot 1 - Groceries

Lot No

1

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

Covers (but not limited to) ambient food products, packaged and tinned goods, dried goods, soft drinks and bottled water, confectionery, pre-wrapped snacks and products suitable for making hot beverages such as tea and coffee.

Other ad hoc consumable products can be added to the basket if required if delivery is needed at the same time e.g., foil, cling film, disposables, kitchen rolls, cleaning items etc. This framework is not suitable for contracts which only involve these ad hoc items and they should be supplementary to a core food basket of items.

Some public sector customers may wish to use this Lot to buy alcoholic beverages (if these are available), to be used in theatres, entertainment venues, golf clubs etc. This is likely to be only on rare occasions or for ad hoc events.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.

two.2) Description

two.2.1) Title

Lot 2 - Frozen 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

Covers any frozen food item including (but not limited to): frozen fruit and vegetables, frozen meat and poultry, frozen fish, frozen pizza, frozen bread products, frozen desserts and ice cream.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.

two.2) Description

two.2.1) Title

Lot 3 - Fresh Fruit & Vegetables

Lot No

3

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

Covers fresh fruit, fresh vegetables, pre-packed prepared fresh fruit, and pre-packed prepared fresh vegetables.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.

two.2) Description

two.2.1) Title

Lot 4 - Dairy, Chilled, Delicatessen Foods and Eggs

Lot No

4

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

Covers (but not limited to) milk (including school milk if available), chilled yoghurts, cheese, margarines, butter, processed dairy products, chilled sandwich fillings, fresh free-range eggs, chilled delicatessen products such as pasties, pies, quiches etc.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.

two.2) Description

two.2.1) Title

Lot 5 - Meat

Lot No

5

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

Covers (but not limited to) fresh, quick frozen and cooked meats, poultry, sausage, bacon and processed meat-based products.

For the avoidance of doubt, frozen Meat Products are also applicable to Category 2, but are likely to be part of a wider basket of frozen goods when purchased under Category 2.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.

two.2) Description

two.2.1) Title

Lot 6 - Bakery Goods

Lot No

6

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

Covers (but not limited to) fresh bread and bread products, fresh pastry products, freshly baked cookies/cakes/doughnuts/scones etc., premium cakes and gateaux.

For the avoidance of doubt, frozen Bread Products will normally be covered under Lot 2

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.

two.2) Description

two.2.1) Title

Lot 7 - Multi-Category Mix

Lot No

7

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

Some customers may have requirements which span across multiple categories, and they may prefer to deal with a single supplier on a one-stop-shop basis to simplify account management, achieve economy of scale or to reduce deliveries and therefore contribute to a reduced carbon footprint. YPO is looking for Suppliers who can provide a one-stop-shop service by supplying products in two or more of Categories:

1, 2, 3, 4, 5 and 6.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 30%

Quality criterion - Name: Social Value /Sustainability / Weighting: 10%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 October 2022

End date

13 October 2026

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For information on what variants will be accepted please see tender documentation on https://procontract.due-north.com.


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

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the

Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.2) Time limit for receipt of tenders or requests to participate

Date

12 September 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 September 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this framework will be removed after 3.5 years from the commencement date.

six.3) Additional information

YPO are purchasing on the behalf of other contracting authorities. Please see the below link

for details: https://www.ypo.co.uk/about/customers/permissible-users .

YPO will incorporate a standstill period at the point of notification of the award of the contract

is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and

provides time for unsuccessful tenderers to challenge the award decision before the contract

is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who

have been harmed or are at risk of harm by a breach of the rules to take action in the High

Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom