Opportunity

Food to Go DPS

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2023/S 000-027917

Published 21 September 2023, 2:20pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

george.moss@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health/about/

one.3) Communication

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

https://nhssupplychain.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to 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

Food to Go DPS

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

NHS Supply Chain: Food seeks to establish a non-exclusive DPS Agreement for the supply of Food To Go to NHS Supply Chain: Food’s customer base via the Direct Route covering products including but not limited to: Patient Feeding Sandwiches, Salads, and Snack pots. Retail Sandwiches, Salads, Sandwich Fillings, Cakes, Street Food, Snack pots, pies, pastries, pizza, frozen desserts & ice cream, chilled & frozen drinks, grab & go food, branded equipment linked to food brands included in DPS.

The DPS will be in place for a minimum of 7 years with an approximate spend of £78,831,476m and will be the main procurement route for NHS Trusts Food To Go requirements.

The DPS is open for applications until 20 September 2030 as a minimum.

The DPS is divided into 2 categories of products and Applicants may apply to be included on any or all of the product categories. The categories under the DPS are as follows:

Category 1 – Patient Feeding Solutions

Category 2 – Café Retail Feeding Concepts

Applicants will only be accepted to categories they have applied for if they pass all mandatory criteria within the DPS award process.

two.1.5) Estimated total value

Value excluding VAT: £78,831,476

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

Category 1 – Patient Feeding Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15811510 - Sandwiches
  • 15811511 - Prepared sandwiches

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This category will cover but not limited to Patient Feeding Solutions which include sandwiches, salads and snack pots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £35,474,164

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

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The DPS Agreement will have an initial term of 84 months with an option to extend.

If this DPS agreement is terminated early it will be due to a more suitable alternative procurement procedure being implemented or identified with any potential changes to Public Contract Regulations 2015 or due to market conditions.

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) Description

two.2.1) Title

Category 2 – Café Retail Feeding Concepts

Lot No

2

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15555000 - Ice cream and similar products
  • 15811510 - Sandwiches
  • 15811511 - Prepared sandwiches
  • 15812100 - Pastry goods
  • 15812120 - Pies
  • 15812121 - Savoury pies
  • 15812200 - Cakes
  • 15833100 - Desserts
  • 15894400 - Snacks
  • 15894600 - Sandwich fillings

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This category will cover but not limited to sandwiches, salads, sandwich fillings, cakes, street food, snack pots, pies, pastry & pizza products, frozen desserts, ice cream, chilled and frozen drinks, grab & go food, branded equipment linked to food brands included in this DPS

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £43,357,312

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

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The DPS Agreement will have an initial term of 84 months with an option to extend.

If this DPS agreement is terminated early it will be due to a more suitable alternative procurement procedure being implemented or identified with any potential changes to Public Contract Regulations 2015 or due to market conditions.

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 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

Applicants should refer to II.2) of this contract notice for further details in respect ofappointment to the DPS Agreement.

Applicants may bid for one, more than one or all lots and Applicants should refer to the Invitation to Participate for more information in respect of this.

The term of contracts formed under the DPS Agreement may continue beyond the end of the term of the DPS Agreement itself.

NHS Supply Chain: Food will share savings information in order to assist its customers withmaking informed procurement decisions. NHS Supply Chain: Food intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by the following eligible users:

1) any NHS Trust;

2) any other NHS entity;

3) any government department, agency or other statutory body;

4) any private sector entity active in the UK healthcare sector and/or

5) any local authority will be able to utilise this DPS agreement to run further competition with the written consent of NHS Supply Chain: Food in order to secure a direct contract. 

If any of the defined users run a competition under the DPS Agreement, the awarded Supplier still has a contractual obligation to provide the BTT report (see Appendix 6) on a monthly basis (see Section 9, management fee) for the customers, NHS and non NHS, Supplied under this DPS Agreement.

Only NHS Supply Chain: Food can order from the DPS Agreement and enter into contracts under it. Electronic ordering will be used and electronic invoicing will be acceptedand electronic payment will be used.

NHS Supply Chain: Food does not guarantee any level of purchase through the DPS and advises applicants that the DPS shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain: Food is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain: Food reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means.

All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com using the message centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3) is an estimate only.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The contracting authority reserves the right to require groupings of entities to take a particular form or to require one party to undertake primary legal liability or to require thateach party undertakes joint and several liability.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The DPS Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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: 2023/S 000-010822

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

Date

20 September 2030

Local time

3:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/

Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions below on how to Express Interest and Intend to Respond:

Selection Questionnaire:

- Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an SQ titled ‘Food to Go DPS’, click into this.

- Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.

- Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.

Categories:

- Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find 2 ITTs which are the Categories for this DPS. The ITTs will have the following titles:

-- Category 1 - Patient Feeding Solutions

-- Category 2 – Café Retail Feeding Concepts

- Once you have clicked into your chosen Category/Categories, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.

- Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.

For any technical help with the portal please contact:Tel: 0800 069 8630 or email: help_uk@jaggaer.com

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Country

United Kingdom