Supply of Coffee and Tea to NHS
Supply of Coffee, tea, associated products and equipment for production of coffee, tea etc. for all or any participating NHS Scotland Health board, Special Board, NHS England, NHS Wales, Northern Ireland.
United Kingdom-Edinburgh: Coffee, tea and related products
2017/S 079-152084
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1312756366
E-mail: loraine.hartley@nhs.net
NUTS code: UKM
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NHSS Aroma Coffee.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Supply of Coffee, tea, associated products and equipment for production of coffee, tea etc. for all or any participating NHS Scotland Health board, Special Board, NHS England, NHS Wales, Northern Ireland
Full details included within ITT.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Any or all locations of all NHS Scotland Health Boards, all NHS Scotland Special Health Boards,and/or the Authority NHS Wales, NHS England, Northern Island.
II.2.4)Description of the procurement:
Award of a single supplier Framework.
Identified volumes included in the ITT are based on historical usage. These are indicative of future requirements
Scope for the supply of Coffee and related products; machines to be used within all healthcare environments available to all entities pursuant to the National Health Service (Scotland) Act 1978, i.e. All NHS Scotland Health Boards, Special Health Boards, and the following further Authorities NHS Wales, NHS England and Northern Ireland,(collectively hereafter referred to as ‘Participating Authorities’).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Indicative total contract spend of 2m GBP is based on the current annual spend over the proposed 4 year contract duration.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
(1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate in respect of the activities which are of a similar type to the subject matter of this notice.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
See contract / tender documentation which incorporates the requirements of the ESPD (Scotland)and the financial period for reporting is the 3 previous financial years.
As indicated in the Terms and Conditions the following insurance cover and minimum levels are required:
1) Public Liability Insurance — 5 000 000 GBP.
2) Professional Indemnity Insurance — 2 000 000 GBP — for any 1 incident in any 1 year.
III.1.3)Technical and professional ability
See contract / tender documentation which incorporates the requirements of the ESPD (Scotland).
A number of the technical performance requirements are mandatory — these are detailed in the contract /tender documentation.
1) Coffee must score above 80 on SCAE / SCAA coffee quality institute system.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17601. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award
(SC Ref:489091).
VI.4.1)Review body
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1312756366Internet address:http://www.nhsscotlandprocurement.scot.nhs.uk/
VI.4.3)Review procedure
The Authority will notify economic operators who submitted a tender or (where no deselection process has previously been made) applied to be selected to tender, of its decision to award the Framework Agreement which notification will contain, among other information, a summary of the reasons as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) if the communication method used is not electronic) between the date on which the Authority despatches the notice(s) and the date on which the Authority proposes to conclude the relevant Framework Agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the Framework Agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the Framework Agreement has been entered into include the setting aside of the decision to award the Framework Agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the Framework Agreement has been entered into will not affect the Framework Agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.
VI.5)Date of dispatch of this notice:
Related Posts
Contract Notice for Food Hygiene Inspections 2017 – 2018
Contractor to Supply Wines and Champagnes to Alexandra Palace
Supply Only and Supply and Distribution of Frozen Foods – Scotland Excel
Supply of Food to Ministry of Defence for British Armed Forces
Supply of Chocolates to House of Commons and House of Lords