Section one: Contracting authority
one.1) Name and addresses
NHS Commercial Solutions
The Atrium, Curtis Road
Dorking
RH4 1XA
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).