Section one: Contracting authority
one.1) Name and addresses
NHS
4th Floor, Companies House, Crown Way
Cardiff
CF15 3UB
Contact
Georgina Walmsley
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