Supply and Distribution of Packaged Food and Beverages Across Wales
The National Procurement Service is tendering to procure a Framework Agreement for the Supply and Distribution of Packaged Foods and Beverages.
United Kingdom-Caerphilly: Food, beverages, tobacco and related products
2017/S 155-321512
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Contact person: Jessica Bearman
E-mail: NPSFood@gov.wales
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
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:
NPS Framework Agreement for the Supply and Distribution of Packaged Food and Beverages.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The NPS is tendering to procure a Framework Agreement for the Supply and Distribution of Packaged Foods and Beverages. The purpose of this procurement is to identify bidders which represent, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this notice and accompanying Invitation to Tender.
The NPS intends to award a number of places on the framework lots to a pre determined maximum number of successful bidders as defined within each lot description. The Framework Agreement is scheduled to commence in November 2017, let for an initial period of 2 years, with an option to extend for a further 2 years (on a year on year basis).
The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk. Site registration is free of charge.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Frozen Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution of Frozen Products. There are 32 geographical zones within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
GBP 28800000.00 exc vat
Zones =
Zone 1 Blaenau Gwent
Zone 2 Bridgend
Zone 3 Caerphilly
Zone 4 Cardiff
Zone 5 Carmarthenshire
Zone 6 Ceredigion
Zone 7 Conwy
Zone 8 Denbighshire
Zone 9 Flintshire
Zone 10 Gwynedd
Zone 11 Isle Of Anglesey
Zone 12 Merthyr Tydfil
Zone 13 Monmouthshire
Zone 14 Neath Port Talbot
Zone 15 Newport
Zone 16 Pembrokeshire
Zone 17 Powys– North
Zone 18 Powys — South
Zone 19 Rhondda Cynon Taf
Zone 20 City and County of Swansea
Zone 21 Torfaen
Zone 22 Vale of Glamorgan
Zone 23 Wrexham
Zone 24 Abertawe Bro Morgannwg University Health Board
Zone 25 Aneurin Bevan Health Board
Zone 26 Betsi Cadwaladr University Health Board
Zone 27 Cardiff and Vale University Health Board
Zone 28 Cwm Taf Health Board
Zone 29 Hywel Dda Health Board
Zone 30 Powys Teaching Health Board
Zone 31 Velindre NHS Trust
Zone 32 All Wales
The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Ambient Milk and Cream Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Ambient Milk and Cream Products. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
290000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Biscuits
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Biscuits. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
220000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Breakfast Cereals
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Breakfast Cereals. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
70000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary Framework Provider and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Breakfast Oats
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Breakfast Oats. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
40000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Breakfast Wheat Biscuits
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Breakfast Wheat Biscuits. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
160000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Cooking Oil
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Cooking Oil. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
80000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Cake Mix
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Cake Mix. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
40000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Desserts, Dessert Mixes & Custards
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Desserts, Dessert Mixes & Custards. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
40000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Flour
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Flour. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
24000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Jams and Preserves
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Jams and Preserves. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
50000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Stock, Bouillon and Gravy Mix
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Stock, Bouillon and Gravy Mix. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
46000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Sugar
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Sugar. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
80000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Fruit Juices including fruit juice cuplets
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Fruit Juices including fruit juice cuplets. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
240000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Drinking Squash
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Drinking Squash. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
60000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Soft Beverages, Bottled Water, Confectionery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution of Soft Beverages, Bottled Water, Confectionery, Crisps and Snacks. There are 32 geographical zones within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
GBP 8300000.00 exc vat
Zones =
Zone 1 Blaenau Gwent
Zone 2 Bridgend
Zone 3 Caerphilly
Zone 4 Cardiff
Zone 5 Carmarthenshire
Zone 6 Ceredigion
Zone 7 Conwy
Zone 8 Denbighshire
Zone 9 Flintshire
Zone 10 Gwynedd
Zone 11 Isle Of Anglesey
Zone 12 Merthyr Tydfil
Zone 13 Monmouthshire
Zone 14 Neath Port Talbot
Zone 15 Newport
Zone 16 Pembrokeshire
Zone 17 Powys– North
Zone 18 Powys — South
Zone 19 Rhondda Cynon Taf
Zone 20 City and County of Swansea
Zone 21 Torfaen
Zone 22 Vale of Glamorgan
Zone 23 Wrexham
Zone 24 Abertawe Bro Morgannwg University Health Board
Zone 25 Aneurin Bevan Health Board
Zone 26 Betsi Cadwaladr University Health Board
Zone 27 Cardiff and Vale University Health Board
Zone 28 Cwm Taf Health Board
Zone 29 Hywel Dda Health Board
Zone 30 Powys Teaching Health Board
Zone 31 Velindre NHS Trust
Zone 32 All Wales
The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Other Cereals, Pasta and Rice
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Other Cereals, Pasta and Rice. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
120000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Hot Beverages
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Hot Beverages. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
1400000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Ambient Groceries — Various
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Ambient Groceries — Various. There is 1 Zone (which includes 3 delivery locations) within this lot with the following overall indicative expenditure values for the initial term of the agreement (2 years):-
400000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NHS Stores — Canned Foods
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution to NHS Stores — of Canned Foods. There is 1 Zone (which includes 3 delivery locations) within this lot with the following indicative overall expenditure values for the initial term of the agreement (2 years):-
800000.00 GBP exc vat
Zone 33 NHS Stores:-
The aforementioned Lots and their associated Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Ambient Groceries
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution of Ambient Groceries (to include store lines within product list). There are 32 geographical zones within this lot with the following overall indicative expenditure values for the term of the agreement (2 years):-
GBP 15900000.00 exc vat
Zones =
Zone 1 Blaenau Gwent
Zone 2 Bridgend
Zone 3 Caerphilly
Zone 4 Cardiff
Zone 5 Carmarthenshire
Zone 6 Ceredigion
Zone 7 Conwy
Zone 8 Denbighshire
Zone 9 Flintshire
Zone 10 Gwynedd
Zone 11 Isle Of Anglesey
Zone 12 Merthyr Tydfil
Zone 13 Monmouthshire
Zone 14 Neath Port Talbot
Zone 15 Newport
Zone 16 Pembrokeshire
Zone 17 Powys– North
Zone 18 Powys — South
Zone 19 Rhondda Cynon Taf
Zone 20 City and County of Swansea
Zone 21 Torfaen
Zone 22 Vale of Glamorgan
Zone 23 Wrexham
Zone 24 Abertawe Bro Morgannwg University Health Board
Zone 25 Aneurin Bevan Health Board
Zone 26 Betsi Cadwaladr University Health Board
Zone 27 Cardiff and Vale University Health Board
Zone 28 Cwm Taf Health Board
Zone 29 Hywel Dda Health Board
Zone 30 Powys Teaching Health Board
Zone 31 Velindre NHS Trust
Zone 32 All Wales
The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
All Packaged Food and Beverages
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution of all Packaged food and beverages. There are 32 geographical zones within this lot with the overall following indicative expenditure values for the initial term of the agreement (2 years):-
GBP 53000000.00 exc vat
Zones =
Zone 1 Blaenau Gwent
Zone 2 Bridgend
Zone 3 Caerphilly
Zone 4 Cardiff
Zone 5 Carmarthenshire
Zone 6 Ceredigion
Zone 7 Conwy
Zone 8 Denbighshire
Zone 9 Flintshire
Zone 10 Gwynedd
Zone 11 Isle Of Anglesey
Zone 12 Merthyr Tydfil
Zone 13 Monmouthshire
Zone 14 Neath Port Talbot
Zone 15 Newport
Zone 16 Pembrokeshire
Zone 17 Powys– North
Zone 18 Powys — South
Zone 19 Rhondda Cynon Taf
Zone 20 City and County of Swansea
Zone 21 Torfaen
Zone 22 Vale of Glamorgan
Zone 23 Wrexham
Zone 24 Abertawe Bro Morgannwg University Health Board
Zone 25 Aneurin Bevan Health Board
Zone 26 Betsi Cadwaladr University Health Board
Zone 27 Cardiff and Vale University Health Board
Zone 28 Cwm Taf Health Board
Zone 29 Hywel Dda Health Board
Zone 30 Powys Teaching Health Board
Zone 31 Velindre NHS Trust
Zone 32 All Wales
The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary Framework Provider and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Ambient and Frozen Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning).
II.2.4)Description of the procurement:
This Framework lot is for the supply and distribution of Ambient and Frozen Products. There are 32 geographical zones within this lot with the following overall indicative expenditure values for the initial term of the framework agreement (2 years) :-
GBP 44700000.00 exc vat
Zones =
Zone 1 Blaenau Gwent
Zone 2 Bridgend
Zone 3 Caerphilly
Zone 4 Cardiff
Zone 5 Carmarthenshire
Zone 6 Ceredigion
Zone 7 Conwy
Zone 8 Denbighshire
Zone 9 Flintshire
Zone 10 Gwynedd
Zone 11 Isle of Anglesey
Zone 12 Merthyr Tydfil
Zone 13 Monmouthshire
Zone 14 Neath Port Talbot
Zone 15 Newport
Zone 16 Pembrokeshire
Zone 17 Powys– North
Zone 18 Powys — South
Zone 19 Rhondda Cynon Taf
Zone 20 City and County of Swansea
Zone 21 Torfaen
Zone 22 Vale of Glamorgan
Zone 23 Wrexham
Zone 24 Abertawe Bro Morgannwg University Health Board
Zone 25 Aneurin Bevan Health Board
Zone 26 Betsi Cadwaladr University Health Board
Zone 27 Cardiff and Vale University Health Board
Zone 28 Cwm Taf Health Board
Zone 29 Hywel Dda Health Board
Zone 30 Powys Teaching Health Board
Zone 31 Velindre NHS Trust
Zone 32 All Wales
The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.
The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.
The NPS intends to award this lot on the basis of one primary Framework Provider and two contingent Framework Providers per zone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
NPS will only accept certification to the following standards:·
BRC Global Standard for Food Safety (Issue 7) ·
BRC Global Standard for Storage & Distribution (Issue 3) ·
BRC Global Standards for Agents & Brokers (Issue 1) ·
STS Code of Practice & Technical Standard for Suppliers to the Public Sector ·
STS Code of Practice for Manufacture, Distribution & Supply of Food Ingredients by Small or Regional Suppliers (small and micro suppliers only) ·
SALSA (Issue 4) (small and micro suppliers only).
NO OTHER AUDIT CERTIFICATION WILL BE ACCEPTED.
IF YOU DO NOT HOLD CERTIFICATION LISTED ABOVE PRIOR TO THE TENDER SUBMISSION DEADLINE THIS WILL RESULT IN YOUR BID NOT BEING SUBJECTED TO FURTHER EVALUATION, AS THIS IS A MANDATORY REQUIREMENT AND THEREFORE THIS WOULD CONSTITUTE A NON-COMPLIANT BID.
If Bidders hold BRC or SALSA certification, this must have also been approved by STS prior to tender submission.
IMPORTANT NOTE: BIDDERS WILL NEED TO GAIN STS APPROVAL PRIOR TO THE TENDER SUBMISSION DEADLINE.
STS APPROVAL IS A MANDATORY REQUIREMENT AND THEREFORE IF THIS IS NOT HELD AT THE POINT OF TENDER SUBMISSION THIS WOULD CONSTITUTE A NON-COMPLIANT BID.
Failure to gain STS approval prior to the tender submission deadline will result in the bid not being subjected to further evaluation.
For further guidance please see STS link below: http://www.sts-solutions.co.uk¬/ Prior to award stage if you are successful NPS will request a copy of the certification/approval by STS.
III.1.2)Economic and financial standing
As set out in the procurement documents.
As set out in the procurement documents.
III.1.3)Technical and professional ability
As set out in the procurement documents.
III.2.2)Contract performance conditions:
Details of the conditions are set out in the procurement documents. These may include conditions relating to social, environmental and/or employment-related considerations.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
The term of the Framework Agreement is for an initial period of two years with the ability to extend for up to a further two years (year on year extension).
Therefore this Framework Agreement will be re procured on this basis.
VI.3)Additional information:
The Framework will be open for use by the following bodies:
— Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them.
— The Welsh Assembly Commission
— Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government
— UK Government, their agencies, companies and limited liability partnerships or other entities, wholly or partly owned by or controlled by departments of the UK Govt and which operate in Wales. Non-ministerial governmental departments which operate devolved offices in Wales
— Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales
— Caerphilly County Borough Council nor Gwynedd Council will be using this framework. However both councils reserve the right to use the framework in the future.
— Contracting authorities established for the provision of culture, media and sport in Wales
— NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales
— Higher and further education bodies in Wales
— Police and crime commissioners and police forces in England and Wales; national park, and fire and rescue authorities in Wales
— Wales Council for Voluntary Action and associated bodies
— RSLs in Wales.
— Schools, sixth-form colleges, foundation schools and academies in Wales
— One Voice Wales (Town & Community Councils)in Wales
— The above shall include subsidiaries of the contracting authority at any level.
In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into contracts under this agreement.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this agreement.
The National Procurement Service (NPS) will be holding the following Bidder Information Events:-
22/08/2017 at Waterton Centre, Waterton Industrial Estate, Bridgend, CF31 3WT
23/08/2017 at Welsh Government, Sarn Mynach, Llandudno Junction, Conwy. LL31 9RZ
To register you interest please either email NPSFood@gov.wales or respond through the etenderwales portal by 18/08/2017 17.00hrs.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=69409
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits in a procurement context is about ensuring that wider social and economic issues are considered when tendering contracts, to maximise the investment as widely as possible. The Client is committed to delivering community benefits in public sector procurement throughout Wales through its sourcing activity.
Community Benefits will be a non-Core requirement and will not form part of the evaluation scoring process. However, submission of a non-Core Community Benefits proposal will be a condition of a compliant Tender.
Non-Core Community Benefits proposals should be planned on a cost-neutral basis.
The successful Framework Providers will be required to develop and implement the Community Benefits proposals throughout the life of the Framework.
(WA Ref:69409)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
see VI.4.3 below
United Kingdom
Telephone: +44 3007900170Internet address:http://npswales.gov.uk
VI.4.3)Review procedure
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Bidders. The Public Contracts Regulations 2015 (SI 2015 no 102) (as amended) 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). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or doer the contracting authority to amend any document and may awarded damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ‘ineffective’.
VI.5)Date of dispatch of this notice:
Related Posts
Supply Soft Drinks and Alcohol to University of Bath
Confectionery and Soft Drinks Tender
Hot Drink Concessions Derbyshire
NHS Scotland Frozen Food Tender
Supply Beers Wines and Spirits to Wolverhampton City Council