Tender

Ambient Foods 2025

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2024/S 000-034717

Procurement identifier (OCID): ocds-h6vhtk-04b17f

Published 25 October 2024, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

governance@supplychain.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

one.3) Communication

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

https://nhssupplychain.app.jaggaer.com/web/login.html

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/web/login.html

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

Ambient Foods 2025

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 Framework Agreement for the supply of Ambient Foods to Trusts within the NHS (the “Customer(s)”) via the Stocked Route covering products from the following categories:

Canned Goods, Oral Nutritional Supplements, Thickeners & Glucose Products, Cereals & Porridge, Jams & Reduced Sugar Jams, Gravy, Bouillon & Cooking Sauces, Single Serve Instant Soups & Bulk Soups, Custard, Condiments, Sugar, Sugar Portions and Sweeteners, Milk Powder & Portions, Non-Dairy Milk Alternatives, Edible Oils, Grocery Lines.

The awarded suppliers will be responsible for the supply who will deliver and manage Ambient Foods into the NHS and its Trusts for their catering needs.

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term of 48 months.

It is anticipated that in the first 24 months the value of the Framework Agreement will be in the region of £36,131,500. This is based on the circa 250 Trusts using the current NHS Supply Chain: Food Ambient framework.

For the full 48 month term (if extended) the anticipated value of the Framework Agreement will be in the region of £72,263,000.

These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.

two.1.5) Estimated total value

Value excluding VAT: £72,263,000

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

Canned Goods

Lot No

1

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15131600 - Beef and veal products
  • 15240000 - Canned or tinned fish and other prepared or preserved fish
  • 15241000 - Coated, canned or tinned fish
  • 15241100 - Canned salmon
  • 15241400 - Canned tuna
  • 15331400 - Preserved and/or canned vegetables
  • 15331411 - Baked beans
  • 15331423 - Canned tomatoes
  • 15331460 - Canned vegetables
  • 15331462 - Canned peas
  • 15331463 - Canned shelled beans
  • 15331464 - Canned whole beans
  • 15897000 - Canned goods and field rations
  • 15897200 - Canned goods

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Canned Goods. Including but not limited to beef and veal products, canned or tinned fish, processed fruit and vegetables, baked beans, canned tomatoes and canned goods.

The value for the first 24 months is anticipated to be £6,828,854 and £13,657,707 for the full 48 months (if extended).

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: £13,657,707

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Oral Nutritional Supplements, Thickeners & Glucose Products

Lot No

2

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15622000 - Glucose and glucose products; fructose and fructose products
  • 15622100 - Glucose and glucose products
  • 15622110 - Glucose
  • 15622120 - Glucose syrup
  • 15622300 - Fructose and fructose products
  • 15622310 - Fructose
  • 15622320 - Fructose preparations
  • 15622321 - Fructose solutions
  • 15622322 - Fructose syrup
  • 15880000 - Special nutritional products
  • 15882000 - Dietetic products
  • 15892400 - Thickeners

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Oral Nutritional Supplements, Thickeners & Glucose Products. Including but not limited to glucose and glucose products; fructose and fructose products, special nutritional products, dietetic products and thickeners.

The value for the first 24 months is anticipated to be £1,625,918 and £3,251,835 for the full 48 months (if extended).

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: £3,251,835

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Cereals & Porridge

Lot No

3

two.2.2) Additional CPV code(s)

  • 03211000 - Cereals
  • 03211600 - Oats
  • 15000000 - Food, beverages, tobacco and related products
  • 15610000 - Grain mill products
  • 15613000 - Cereal grain products
  • 15613100 - Ground oats
  • 15613300 - Cereal products
  • 15613310 - Prepared breakfast cereals
  • 15613311 - Cornflakes
  • 15613313 - Muesli or equivalent
  • 15613319 - Puffed wheat
  • 15613380 - Rolled oats

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Cereals & Porridge Including but not limited to grain mill products, cereal grain products, ground oats, prepared breakfast cereals, cornflakes, muesli or equivalent, puffed wheat and rolled oats.

The value for the first 24 months is anticipated to be £7,876,667 and £15,753,334 for the full 48 months (if extended).

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: £15,753,334

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Jams & Reduced Sugar Jams

Lot No

4

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15332200 - Jams and marmalades; fruit jellies; fruit or nut purée and pastes
  • 15332230 - Marmalades
  • 15332231 - Orange marmalade
  • 15332232 - Lemon marmalade
  • 15332290 - Jams
  • 15332291 - Apricot jam
  • 15332292 - Blackberry jam
  • 15332293 - Blackcurrant jam
  • 15332294 - Cherry jam
  • 15332295 - Raspberry jam
  • 15332296 - Strawberry jam

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Jams & Reduced Sugar Jams. Including but not limited to jams and marmalades; fruit jellies; fruit or nut purée and pastes, marmalades, orange marmalade, jams, apricot jam, blackcurrant jam, raspberry jam and strawberry jam.

The value for the first 24 months is anticipated to be £2,167,890 and £4,335,780 for the full 48 months (if extended).

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: £4,335,780

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Gravy, Bouillon & Cooking Sauces

Lot No

5

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15800000 - Miscellaneous food products
  • 15870000 - Condiments and seasonings
  • 15871000 - Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
  • 15871200 - Sauces, mixed condiments and mixed seasonings
  • 15871260 - Sauces
  • 15891000 - Soups and broths
  • 15891100 - Meat soups
  • 15891200 - Fish soups
  • 15891300 - Mixed soups
  • 15891400 - Soups
  • 15891410 - Soup mixes
  • 15891500 - Broths
  • 15891600 - Stocks
  • 15891610 - Mixes for stocks
  • 15891900 - Vegetable soups
  • 15893300 - Gravy mixes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Gravy, Bouillon & Cooking Sauces. Including but not limited to soups and broths, mixes for stocks and gravy mixes.

The value for the first 24 months is anticipated to be £1,264,603 and £2,529,205 for the full 48 months (if extended).

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: £2,529,205

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Single Serve Instant Soups & Bulk Soups

Lot No

6

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15891000 - Soups and broths
  • 15891100 - Meat soups
  • 15891200 - Fish soups
  • 15891300 - Mixed soups
  • 15891400 - Soups
  • 15891410 - Soup mixes
  • 15891500 - Broths
  • 15891900 - Vegetable soups
  • 15897000 - Canned goods and field rations
  • 15897200 - Canned goods

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Single Serve Instant Soups & Bulk Soups. Including but not limited to soups and broths, meat soups, fish soups, mixed soups, soups, soups mixes, broths, vegetable soups and canned goods.

The value for the first 24 months is anticipated to be £2,023,364 and £4,046,728 for the full 48 months (if extended).

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: £4,046,728

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Custard

Lot No

7

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15600000 - Grain mill products, starches and starch products
  • 15620000 - Starches and starch products
  • 15623000 - Starches
  • 15626000 - Custard powder

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Custard. Including but not limited to starches and starch products and custard.

The value for the first 24 months is anticipated to be £2,384,679 and £4,769,358 for the full 48 months (if extended).

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: £4,769,358

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Condiments

Lot No

8

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15800000 - Miscellaneous food products
  • 15870000 - Condiments and seasonings
  • 15871000 - Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
  • 15871100 - Vinegar and vinegar substitutes
  • 15871110 - Vinegar or equivalent
  • 15871200 - Sauces, mixed condiments and mixed seasonings
  • 15871230 - Tomato ketchup
  • 15871250 - Mustard
  • 15871260 - Sauces
  • 15871270 - Mixed condiments
  • 15871273 - Mayonnaise
  • 15872000 - Herbs and spices
  • 15872100 - Pepper
  • 15872200 - Spices
  • 15872300 - Herbs
  • 15872400 - Salt
  • 15893300 - Gravy mixes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Condiments. Including but not limited to condiments and seasonings, vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard and herbs and spices.

The value for the first 24 months is anticipated to be £1,445,260 and £2,890,520 for the full 48 months (if extended).

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: £2,890,520

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Sugar, Sugar Portions and Sweeteners

Lot No

9

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15831000 - Sugar
  • 15831200 - White sugar
  • 15831500 - Sugar syrups

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Sugar, Sugar Portions and Sweeteners. Including but not limited to sugar, white sugar and sugar syrups.

The value for the first 24 months is anticipated to be £2,709,863 and £5,419,725 for the full 48 months (if extended).

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: £5,419,725

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Milk Powder & Portions

Lot No

10

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15500000 - Dairy products
  • 15511000 - Milk
  • 15511100 - Pasteurised milk
  • 15511200 - Sterilised milk
  • 15511210 - UHT milk
  • 15511300 - Skimmed milk
  • 15511400 - Semi-skimmed milk
  • 15511500 - Full-cream milk
  • 15511600 - Condensed milk
  • 15511700 - Milk powder
  • 15512000 - Cream
  • 15512100 - Single cream
  • 15512200 - Double cream
  • 15512300 - Clotted cream
  • 15512900 - Whipping cream

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Milk Powder & Portions. Including but not limited to dairy products, milk and cream, milk and milk powder.

The value for the first 24 months is anticipated to be £2,042,480 and £4,084,960 for the full 48 months (if extended).

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: £4,084,960

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Non-Dairy Milk Alternatives

Lot No

11

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15332300 - Processed nuts

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Non-Dairy Milk Alternatives. Including but not limited to coconuts, processed nuts, soya, oats and almonds.

The value for the first 24 months is anticipated to be £161,542 and £323,083 for the full 48 months (if extended).

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: £323,083

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Edible Oils

Lot No

12

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15411000 - Animal or vegetable oils
  • 15411100 - Vegetable oils
  • 15411110 - Olive oil
  • 15411120 - Sesame oil
  • 15411130 - Groundnut oil
  • 15411140 - Coconut oil
  • 15411200 - Cooking oil
  • 15411210 - Frying oil
  • 15421000 - Refined oils

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Edible Oils. Including but not limited to refined oils and vegetable oils.

The value for the first 24 months is anticipated to be £758,762 and £1,517,523 for the full 48 months (if extended).

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: £1,517,523

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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) Description

two.2.1) Title

Grocery Lines

Lot No

13

two.2.2) Additional CPV code(s)

  • 03211300 - Rice
  • 15000000 - Food, beverages, tobacco and related products
  • 15312100 - Instant mashed potatoes
  • 15332200 - Jams and marmalades; fruit jellies; fruit or nut purée and pastes
  • 15332240 - Fruit jellies
  • 15332260 - Nut pastes
  • 15332261 - Peanut butter
  • 15332270 - Fruit purées
  • 15600000 - Grain mill products, starches and starch products
  • 15610000 - Grain mill products
  • 15611000 - Husked rice
  • 15612000 - Cereal or vegetable flour and related products
  • 15612100 - Wheat flour
  • 15612110 - Wholemeal flour
  • 15612120 - Breadmaking flour
  • 15612130 - Plain flour
  • 15612150 - Pastry flour
  • 15612190 - Self-raising flour
  • 15612200 - Cereal flour
  • 15612210 - Corn flour
  • 15612220 - Rice flour
  • 15612300 - Vegetable flour and meal
  • 15612400 - Mixes for the preparation of baker's wares
  • 15612410 - Cake mixes
  • 15612420 - Baking mixes
  • 15614000 - Processed rice
  • 15614100 - Long-grain rice
  • 15614200 - Milled rice
  • 15620000 - Starches and starch products
  • 15623000 - Starches
  • 15624000 - Tapioca
  • 15625000 - Semolina
  • 15831600 - Honey
  • 15833100 - Desserts
  • 15851000 - Farinaceous products
  • 15851100 - Uncooked pasta
  • 15851200 - Prepared pasta and couscous
  • 15851210 - Prepared pasta
  • 15851220 - Stuffed pasta
  • 15851230 - Lasagne
  • 15851250 - Couscous
  • 15851290 - Canned pasta
  • 15893200 - Dessert mixes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover Grocery Lines. Including but not limited to dessert mixes, jelly, nut pastes, peanut butter, fruit purees, grain mill products, starches and starch products, cereal or vegetable flour and related products, wheat flour, wholemeal flour, breadmaking flour, plain flour, pastry flour, self-raising flour, corn flour, mixes for the preparation of bakers wares, cake mixes, baking mixes, processed rice, long-grain rice, tapioca, semolina, honey, desserts, farinaceous products, uncooked pasta, prepared pasta and couscous, lasagne, canned pasta, potato instant mash.

The value for the first 24 months is anticipated to be £4,841,621 and £9,683,242 for the full 48 months (if extended).

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: £9,683,242

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have the option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term 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


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 may bid for one, more than one or all 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: Food will share savings information in order to assist its customers with

making 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 Framework agreement to run further

competition with the written consent of NHS Supply Chain: Food in order to secure a direct

contract.

Electronic ordering will be used and electronic invoicing will be accepted and electronic

payment will be used.

NHS Supply Chain: Food 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: 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.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Framework Agreement includes obligations with respect to contract performance for the successful supplier.


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

29 November 2024

Local time

3:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 December 2024

Local time

9:00am


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

1. 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 ITT titled Ambient Foods 2025’, click into this.

2. 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.

3. 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’.

Lots

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 13 ITTs which are the Lots for this Framework Agreement. The ITTs will have the following titles:

Lot 1 – Canned Goods

Lot 2 – Oral Nutritional Supplements, Thickeners & Glucose Products

Lot 3 – Cereals & Porridge

Lot 4 – Jams & Reduced Sugar Jams

Lot 5 – Gravy, Bouillon & Cooking Sauces

Lot 6 – Single Serve Instant Soups & Bulk Soups

Lot 7 – Custard

Lot 8 – Condiments

Lot 9 – Sugar, Sugar Portions and Sweeteners

Lot 10 – Milk Powder & Portions

Lot 11 – Non-Diary Milk Alternatives

Lot 12 – Edible Oils

Lot 13 – Grocery Lines

Once you have clicked into your chosen Lot(s), 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’.

Submission instructions for this procurement will be included within the Invitation to Tender document.

Please ensure to download and read all documents contained within the Attachments area.

Details of how to submit your response can be found within the Invitation to Tender document.

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