Contract

Framework Agreement for Food, Beverage & Retail Income Arrangements and Associated Services

  • Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions

F03: Contract award notice

Notice identifier: 2025/S 000-022510

Procurement identifier (OCID): ocds-h6vhtk-04a650 (view related notices)

Published 19 May 2025, 11:10am



Section one: Contracting authority

one.1) Name and addresses

Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions

Third Floor, Leatherhead House, Station Road

Leatherhead

KT22 7FG

Email

nhscs.corporateservices@nhs.net

Telephone

+44 1306646822

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialsolutions-sec.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for Food, Beverage & Retail Income Arrangements and Associated Services

two.1.2) Main CPV code

  • 55900000 - Retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority has awarded a Framework Agreement for the provision of Food, Beverage & Retail Income Arrangements and Associated Services.

The strategic aim of this Framework is to provide a platform to all NHS and Public Sector organisations within the UK to access the retail market, reduce tender timelines and carry out contract awards in a compliant manner.

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: £500,000,000

two.2) Description

two.2.3) Place of performance

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

At the Participating Authority's premises

two.2.4) Description of the procurement

The Framework Agreement is open All NHS and Public Sector Organisations within the UK including in particular the following as stated within the tender documents:

a. Ministerial government departments

b. Non ministerial government departments

c. Executive agencies of government

d. Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs

e. Assembly Sponsored Public Bodies (ASPBs)

f. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations

g. The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.england.nhs.uk/publication/nhs-provider-directory/

h. Integrated Care Boards: https://www.nhs.uk/nhs-services/find-your-local-integrated-care-board/

i. Integrated Care Systems: https://www.england.nhs.uk/system-and-organisational-oversight/system-directory/

j. Area Teams: https://www.england.nhs.uk/about/regional-area-teams/

k. Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

l. NHS England: https://www.england.nhs.uk/

m. Department of Health: https://www.gov.uk/government/organisations/department-of-health

n. Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

o. Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://nhsfunding.info/find-your-stp/

p. Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services: a) who are a party to any of the following contracts: - General Medical Services (GMS) - Personal Medical Services (PMS) - Alternative Provider Medical Services (APMS) and/or b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

q. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

r. NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: https://111.wales.nhs.uk/localservices/informationinotherlanguages/LSInfoOtherLanguagePage5/

s. NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

t. Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

u. Local Authorities, a list of such authorities being available at: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online

v. Social Enterprise UK: https://www.socialenterprise.org.uk

w. UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/pu/find-a-police-force/

x. England Fire and Rescue Services https://www.ukfirestations.co.uk/brigades/

y. Scottish Fire and Rescue Services https://www.firescotland.gov.uk/contact-us/find-a-fire-station/

z. Welsh Fire and Rescue Services https://www.gov.wales/find-your-local-fire-and-rescue-service

aa. Charities in England and Wales: https://www.gov.uk/find-charity-information

bb. Charities in Scotland: https://www.oscr.org.uk/charities

cc. Charities in Northern Ireland http://www.charitycommissionni.org.uk/

two.2.5) Award criteria

Quality criterion - Name: As stated within the tender documents / Weighting: 100

Cost criterion - Name: As stated in tender documents / Weighting: 100

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


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-032066


Section five. Award of contract

Contract No

5450-5350

Title

Framework Agreement for Food, Beverage & Retail Income Arrangements and Associated Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 February 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Carpenter Catering Limited

27 Old London Road

Wheatley

OX33 1YW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Compass Contract Services UK Ltd

Parklands Court, 24 Parklands, Birmingham Great Park, Rubery

Birmingham

B45 9PZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Costa Limited

3 Knaves Beech Business Centre, Davies Way, Loudwater

High Wycombe

HP10 9QR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Nestle UK Ltd

Haxby Road

York

YO31 8TA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sodexo Limited

One Southampton Row

London

WC1B 5HA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £500,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority incorporated a standstill period at the point of which the information on the award of the Framework Agreement was communicated to tenderers. That notification provided full information on the award decision. The standstill period period commenced for 10 calendar days which provided time for unsuccessful tenderers to challenge the award decision before the framework agreement was concluded. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

six.4.4) Service from which information about the review procedure may be obtained

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

Third Floor, Leatherhead House, Station Road

Leatherhead

KT22 7FG

Country

United Kingdom