Tender

Fresh & Frozen Meat, Poultry, Cooked Meats and Bacon & Sausage

  • NHS

F02: Contract notice

Notice identifier: 2023/S 000-034835

Procurement identifier (OCID): ocds-h6vhtk-03b5cf

Published 24 November 2023, 2:42pm



Section one: Contracting authority

one.1) Name and addresses

NHS

4th Floor, Companies House, Crown Way

Cardiff

CF15 3UB

Contact

Georgina Walmsley

Email

georgina.walmsley@wales.nhs.uk

Telephone

+44 2920903857

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

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://etenderwales.bravosolution.co.uk/nhs/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/nhs/

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

Fresh & Frozen Meat, Poultry, Cooked Meats and Bacon & Sausage

Reference number

PRV-OJEU-54315

two.1.2) Main CPV code

  • 15110000 - Meat

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Wales procurement for provision of fresh and frozen meat, poultry, cooked meats and bacon & sausage

two.1.5) Estimated total value

Value excluding VAT: £11,696,950.97

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

Fresh & Frozen Raw Meat

Lot No

1

two.2.2) Additional CPV code(s)

  • 15110000 - Meat
  • 15111100 - Beef
  • 15113000 - Pork
  • 15115100 - Lamb

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Sites engaged in the management and/or support of the health, care and wellbeing of populations within Wales.

two.2.4) Description of the procurement

Bidders are required to note that Lot 1 is an all Wales lot for direct supply to NHS Wales sites. The lots is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

two.2.5) Award criteria

Quality criterion - Name: Environmental Sustainability / Weighting: 5

Quality criterion - Name: Social Value Tool / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion - Name: Price / Weighting: 68.6

Cost criterion - Name: Priority Supplier Programme / Weighting: 1.4

two.2.6) Estimated value

Value excluding VAT: £4,685,650.91

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Fresh & Frozen Cooked & Raw Poultry

Lot No

2

two.2.2) Additional CPV code(s)

  • 15112000 - Poultry
  • 15131500 - Poultry products

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Sites engaged in the management and/or support of the health, care and wellbeing of populations within Wales.

two.2.4) Description of the procurement

Bidders are required to note that Lot 2 is an all Wales lot for direct supply to NHS Wales sites. The lot is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

two.2.5) Award criteria

Quality criterion - Name: Environmental Sustainability / Weighting: 5

Quality criterion - Name: Social Value Tool / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion - Name: Price / Weighting: 68.6

Cost criterion - Name: Priority Supplier Programme / Weighting: 1.4

two.2.6) Estimated value

Value excluding VAT: £3,184,549.23

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Chilled Cooked Meats

Lot No

3

two.2.2) Additional CPV code(s)

  • 15131410 - Ham
  • 15111100 - Beef
  • 15131400 - Pork products
  • 15112000 - Poultry
  • 15115100 - Lamb

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Sites engaged in the management and/or support of the health, care and wellbeing of populations within Wales.

two.2.4) Description of the procurement

Bidders are required to note that Lot 3 is an all Wales lot for direct supply to NHS Wales sites. The lot is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

two.2.5) Award criteria

Quality criterion - Name: Environmental Sustainability / Weighting: 5

Quality criterion - Name: Social Value Tool / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion - Name: Price / Weighting: 68.6

Cost criterion - Name: Priority Supplier Programme / Weighting: 1.4

two.2.6) Estimated value

Value excluding VAT: £1,580,437.92

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Bacon & Sausage (South & West)

Lot No

5

two.2.2) Additional CPV code(s)

  • 15131220 - Bacon
  • 15131130 - Sausages
  • 15131134 - Black pudding and other blood sausages
  • 15131400 - Pork products

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Sites engaged in the management and/or support of the health, care and wellbeing of populations within Wales.

two.2.4) Description of the procurement

Bidders are required to note that Lot 5 is for direct supply to NHS Wales sites within Aneurin Bevan UHB, Cwm Taf UHB, Cardiff & Value UHB, Hywel Dda UHB, Swansea Bay UHB and Velindre NHS Trust. The lot is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

two.2.5) Award criteria

Quality criterion - Name: Environmental Sustainability / Weighting: 5

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion - Name: Price / Weighting: 68.6

Cost criterion - Name: Priority Supplier Programme / Weighting: 1.4

two.2.6) Estimated value

Value excluding VAT: £1,879,168.62

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Bacon & Sausage (North & East)

Lot No

4

two.2.2) Additional CPV code(s)

  • 15131220 - Bacon
  • 15131130 - Sausages
  • 15131134 - Black pudding and other blood sausages
  • 15131400 - Pork products

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Sites engaged in the management and/or support of the health, care and wellbeing of populations within Wales.

two.2.4) Description of the procurement

Bidders are required to note that Lot 4 is for direct supply to NHS Wales sites within Betsi Cadwaladr UHB and Powys THB. The lot is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

two.2.5) Award criteria

Quality criterion - Name: Environmental Sustainability / Weighting: 5

Quality criterion - Name: Social Value Tool / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion - Name: Price / Weighting: 68.6

Cost criterion - Name: Priority Supplier Programme / Weighting: 1.4

two.2.6) Estimated value

Value excluding VAT: £367,144.28

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.2) 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

Envisaged maximum number of participants to the framework agreement: 5

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 000-008637

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

Date

12 January 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

Tender must be valid until: 31 July 2024

four.2.7) Conditions for opening of tenders

Date

15 January 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Further notices may be published in 3-4 years time following the contract start date.

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

By powers and duties contained in the NHS (Wales) Act 2006, the Well-being of Future Generations (Wales) Act 2015, the Social Services

and Well-being (Wales) Act 2014 and The Healthy Eating in Schools (Nutritional Standards and Requirements) (Wales) Regulations 2013

the following Framework Agreement may be accessed by the public sector bodies listed below to the extent that they are engaged in the

management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible:

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Cardiff Council

Carmarthenshire County Council

City & County of Swansea

Conwy County Borough Council

Cyngor Gwynedd Council

Cyngor Sir Ceredigion County Council

Denbighshire County Council

Flintshire County Council

Isle of Anglesey County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Taf County Borough Council

Torfaen County Borough Council

Vale of Glamorgan Council

Wrexham County Borough Council

Welsh Local Government Association (WLGA)

For the purpose of clarity, the values noted in this notice relate only to NHS Wales Health Board and Trust expenditure and any additional

Call Off from this framework would be subject to the limitations of the Public Contract Regulations 2015 (as amended).

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on

Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=112623

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=136010

(WA Ref:136010)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom