Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924885903
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
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