Tender

Catering Consumables and Equipment 2025

  • NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

F02: Contract notice

Notice identifier: 2024/S 000-028718

Procurement identifier (OCID): ocds-h6vhtk-04990c

Published 9 September 2024, 9:57am



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

Floor 3, Don Valley House, Savile Street East

Sheffield

S4 7UQ

Email

frances.adams@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.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://nhssupplychain.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com/

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

Catering Consumables and Equipment 2025

two.1.2) Main CPV code

  • 39222000 - Catering supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Non-exclusive framework agreement for the supply Catering Consumables and Equipment to NHS Supply Chain depots via the Stock route or direct to customers via the eDirect/Direct route to market. The ranges of products available under the framework agreement include; Disposable and re-usable plates, bowls, cups, cutlery and other consumables, Commercial Catering Equipment, Food Transportation Systems and Electronic Meal Ordering systems.

This framework agreement is for a total of 48 months. Precise quantities are unknown, it is anticipated that initial expenditure will be in the region of GBP 57,600,000 and GBP 104,200,000 throughout the duration of this framework agreement. However, this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the framework agreement.

two.1.5) Estimated total value

Value excluding VAT: £104,200,000

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

Catering Consumables – Disposables

Lot No

1

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 39222100 - Disposable catering supplies
  • 39222110 - Disposable cutlery and plates
  • 39222120 - Disposable cups
  • 39513200 - Table napkins

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Disposable Catering Consumables to NHS Supply Chain depots via the stocked route or direct to customers via eDirect route to market. Products include but are not limited to; disposable cups, napkins, cutlery, food packaging, film and foil, tableware, plates and bowls, straws and stirrers.

Applicants who wish to submit a tender for this lot must bid for all products listed within this lot. NHS Supply Chain intends to award to four highest ranking Applicants.

NHS Supply Chain reserves the right to re-open competition under this framework agreement with the successfully awarded applicants. Please note product testing may be used at any point during the tender process and throughout the life of the framework agreement. As evidence of compliance to the specification, applicants may be required to submit ward ready samples for each tendered product Free of Charge.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Supply Resilience / Weighting: 20

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £48,000,000

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

Duration in months

48

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: 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 34,000,000 and GBP 48,000,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Vending and Cold-Water Cups

Lot No

2

two.2.2) Additional CPV code(s)

  • 39222120 - Disposable cups

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Vending and Cold-Water Cups to NHS Supply Chain depots via the stocked route or direct to customers via eDirect route to market. Products include but are not limited to; disposable vending cups for use with hot and cold contents.

Applicants who wish to submit a tender for this lot must bid for all products listed within this lot. NHS Supply Chain intends to award to four highest ranking Applicants.

NHS Supply Chain reserves the right to re-open competition under this framework agreement with the successfully awarded applicants. Please note product testing may be used at any point during the tender process and throughout the life of the framework agreement. As evidence of compliance to the specification, applicants may be required to submit ward ready samples for each tendered product Free of Charge.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Supply Resilience / Weighting: 20

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

48

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: 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 4,400,000 and GBP 5,000,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Catering Consumables – Non-Disposables

Lot No

3

two.2.2) Additional CPV code(s)

  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39221000 - Kitchen equipment
  • 39221100 - Kitchenware
  • 39221110 - Crockery
  • 39221120 - Cups and glasses
  • 39221121 - Cups
  • 39221123 - Drinking glasses
  • 39221130 - Food containers
  • 39221150 - Vacuum flasks
  • 39221160 - Trays
  • 39221170 - Drying racks
  • 39221180 - Cooking utensils
  • 39221200 - Tableware
  • 39221210 - Plates
  • 39221220 - Dishes
  • 39221230 - Saucers
  • 39221240 - Bowls
  • 39223000 - Spoons, forks
  • 39240000 - Cutlery

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Non-Disposable Catering Consumables to NHS Supply Chain depots via the stocked route or direct to customers via eDirect route to market. Products include but are not limited to; crockery, cutlery, glassware, jugs and tumblers, specialist patient feeding, specialist patient hydration and light domestic catering equipment.

Applicants who wish to submit a tender for this lot must bid for all products listed within this lot. NHS Supply Chain intends to award to four highest ranking Applicants.

NHS Supply Chain reserves the right to re-open competition under this framework agreement, with the successfully awarded applicants. Please note product testing may be used at any point during the tender process and throughout the life of the framework agreement. As evidence of compliance to the specification, applicants may be required to submit ward ready samples for each tendered product Free of Charge.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Supply Resilienc / Weighting: 20

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £15,200,000

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

Duration in months

48

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

This framework agreement is for a total of 48 months.  

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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 7,600,000 and GBP 15,200,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Commercial Catering Equipment with Associated Accessories and Light Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 39172100 - Servery counters
  • 39310000 - Catering equipment
  • 39711100 - Refrigerators and freezers
  • 39711110 - Refrigerator-freezers
  • 39711120 - Freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711130 - Refrigerators
  • 39711200 - Food processors
  • 39711210 - Food blenders
  • 39711211 - Food mixers
  • 39711310 - Electric coffee makers
  • 39711320 - Electric tea makers
  • 39711330 - Electric toasters
  • 39711340 - Plate warmers
  • 39711360 - Ovens
  • 39711361 - Electric ovens
  • 39711362 - Microwave ovens
  • 39711430 - Hotplates
  • 39711500 - Can openers
  • 39713100 - Dishwashing machines
  • 42214100 - Cooking ovens
  • 42214110 - Grills
  • 42513000 - Refrigerating and freezing equipment
  • 42959000 - Non-domestic dishwashing machines
  • 50883000 - Repair and maintenance services of catering equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Commercial Catering Equipment direct to customers via eDirect/Direct route to market. Products include but not limited to are:

- Capital Equipment: Refrigeration, prime cooking, ovens, grills and fryers, blast chillers, serving counters, heated counters, dishwashers, griddles, sealing machines & accessories;

- Light Equipment: Kettles, microwaves, mixers, slicers, blenders, toasters, beverage machines.

- Maintenance and warranties at point of sale and during the life time of the Framework Agreement via the provider of the equipment or OEM only.

- Service elements: delivery, install, commissioning and recycling

All accessories relating to commercial catering equipment are included within this lot. Applicants may tender for one, more than one or all of the product lines listed within this lot. NHS Supply Chain intends to award all Applicants who meet or exceed a hurdle of 50% per product line.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Sales, Service & Quality / Weighting: 20

Quality criterion - Name: Conversion Assistance / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Savings Delivery / Weighting: 10

Price - Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £11,200,000

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

Duration in months

48

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

This framework agreement is for a total of 48 months.  

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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 4,400,000 and GBP 11,200,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Food Transportation Systems and Associated Accessories

Lot No

5

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 39310000 - Catering equipment
  • 42214100 - Cooking ovens
  • 50883000 - Repair and maintenance services of catering equipment
  • 55320000 - Meal-serving services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Food Transportation Equipment direct to customers via the eDirect/Direct route to market. Products include but are not limited to;

- Regeneration Trolleys, Cook-serve, Cook-chill and Cook-freeze,

- Docking stations,

- Tray service trolleys,

- Specialist equipment for individual bar-coded plated meals,

- Associated accessories & relevant technologies

- Maintenance and warranties at point of sale and during the life time of the Framework Agreement via the provider of the equipment or OEM only.

- Service elements: delivery, install, comissioning and recycling

Applicants may tender for one, more than one or all of the product lines listed within this lot. NHS Supply Chain intends to award all Applicants who meet or exceed a hurdle of 50% per product line.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Sales, Service & Quality / Weighting: 20

Quality criterion - Name: Conversion Assistance / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Savings Delivery / Weighting: 10

Price - Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £16,800,000

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

Duration in months

48

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: 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 7,200,000 and GBP 16,800,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Meal Ordering Systems and Associated Accessories

Lot No

6

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72200000 - Software programming and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Cloud Hosted and On Premise Electronic Meal Ordering Systems Solutions and Associated Accessories direct to customers via the Direct route to market.

Applicants may bid for either Cloud Hosted or On Premise Hosted or both. Applicants must bid for all scenarios within their chosen hosting type. NHS Supply Chain intends to award all Applicants who meet or exceed a hurdle of 50%.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Sales, Service & Quality / Weighting: 20

Quality criterion - Name: Conversion Assistance / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Savings Delivery / Weighting: 10

Price - Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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

Duration in months

48

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: 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 4,000,000 and GBP 8,000,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.


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 of appointment to the individual lots across the framework agreement.

Applicants may bid for one or both lots and applicants should refer to the Invitation to Tender for more information in respect of this.

The term of contracts formed under the framework agreement may continue beyond the end of the term of the framework agreement itself.

NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives. NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.

NHS Supply Chain 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:

1) any NHS Trust;

2) any other NHS entity;

3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or

4) any private sector entity active in the UK healthcare sector.

Only NHS Supply Chain can order from the framework agreement and enter into contracts under it. Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt and notwithstanding the estimate indicated at II.2.6), NHS Supply Chain does not guarantee any level of purchase through the framework and advises applicants that the framework 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 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 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. The most economically advantageous or any tender will not automatically be accepted.

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.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 that each party undertakes joint and several liability.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The framework 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

Open procedure

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

9 October 2024

Local time

3:00pm

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: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

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

Applicants 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 as follows:

Registration:

1) use URL https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal;

2) if not yet registered:

- click on the 'Register Here' link to access the registration page,

- complete the registration pages.

Portal access:

If registration has been completed:

- login with URL https://nhssupplychain.app.jaggaer.com/

- Applicants should download the Supplier Userguide located within the eProcurement portal.

- Select "My ITT's",

- Select the three "…" to the top right hand side of the screen.

- Select "Help for Suppliers". This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid.

Tender Submission:

- Login with URL https://nhssupplychain.app.jaggaer.com/

- Click on “ITT's Open to All Suppliers”

- Find "ITT_1428" and click on the blue text. Select Express interest.

Support:

If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your submission, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

six.4) Procedures for review

six.4.1) Review body

Not Applicable

N/A

Sheffield

Email

frances.adams@supplychain.nhs.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).

NHS Supply Chain 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 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. The most economically advantageous or any tender will not automatically be accepted.