Tender

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

  • NHS Commercial Solutions

F02: Contract notice

Notice identifier: 2024/S 000-032066

Procurement identifier (OCID): ocds-h6vhtk-04a650

Published 7 October 2024, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

NHS Commercial Solutions

The Atrium, Curtis Road

Dorking

RH4 1XA

Email

christian.birkett2@nhs.net

Telephone

+44 1306646816

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.commercialsolutions-sec.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://commercialsolutions.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://commercialsolutions.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

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 the Provision of Food, Beverage & Retail Income Arrangements and Associated Services

Reference number

5450-5350

two.1.2) Main CPV code

  • 55900000 - Retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Commercial Solutions is seeking to procure a Framework for the Provision of Food, Beverage & Retail Income Arrangements and Associated Services.

The strategic aim of this Framework are 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.

The Framework Agreement is intended to facilitate the provision of Food, Beverage & Retail Income Arrangements and Associated Services concerning any interest of a Procuring Authority arising out of or connected with the areas identified below (the below list is not exhaustive):

Food and drink products and outlets including:

- Sandwiches

- Coffee

- Hot and cold beverages

- Hot and cold snacks

- Bakeries

- Confectionary

- Speciality drinks

- Juices/smoothies

- ‘Grab and go’

Retail trade services including:

- Newsagent outlets

- Supermarket outlets

- Toys and gift related products

- Books and magazines

- Stationery

Or any combination of the above.

It is expected that the following contract options will be available under the Framework:

- Provision of Services

- Lease

- Concession

- Branded supply/wholesale

The Framework Agreement will be available to all organisations (each, a “Participating Authority”) identified in Sections II.2.4 of this Contract Notice .

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15900000 - Beverages, tobacco and related products
  • 15980000 - Non-alcoholic beverages
  • 55300000 - Restaurant and food-serving services
  • 55400000 - Beverage-serving services

two.2.3) Place of performance

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

At the Customer's premises.

two.2.4) Description of the procurement

The Framework Agreement is intended to facilitate the provision of Food, Beverage & Retail Income Arrangements.

Subject to approval from the Contracting Authority, the public sector bodies eligible to use the framework agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:

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/

And those listed in II.2.14) Additional information

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: £50,000,000

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

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

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

Registered charities in England and Wales: https://www.gov.uk/find-charity-information

Registered charities in Scotland: https://www.oscr.org.uk/charities

Registered charities in Northern Ireland


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

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

15 November 2024

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

four.2.7) Conditions for opening of tenders

Date

15 November 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Instructions to access the tender documents:

Please follow the following link to go to the portal: https://commercialsolutions.bravosolution.co.uk/

Please log on the the portal if you already have an account. You can register for a free account if you do not have an existing account.

Once logged on, click below 'PQQs/ITTs Open to All Suppliers'.

Please find itt_4511 for Food, Beverage and Retail Income Arrangements and Associated Services

Access itt_4511 and express your interest.

You should be able to download documents, respond to the questions directly and using the templates provided and then upload back on to the portal.

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 Contracting Authority will incorporate a minimum 10 day standstill period at the point information on the award of the contract is communicated to bidders. That notification will provide full information on the award decision.

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).