Supply Cold Beverages, Confectionery and Snacks to NHS Supply Chain
NHS Supply Chain Food seeks to establish a non-exclusive Framework Agreement for supply to NHS supply chain depots via the stock route for but not limited to Cold Beverages, Confectionery and Snacks. 12 Lots.
United Kingdom-London: Food, beverages, tobacco and related products
2018/S 174-394128
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
c/o Skipton House, 80 London Road
London
SE1 6LH
United Kingdom
Contact person: Michael Kelly
Telephone: +44 7917722818
E-mail: michael.kelly@foodbuy.eu
Fax: +44 1924328744
NUTS code: UKE4
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cold Beverages, Confectionery and Snacks
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS Supply Chain Food seeks to establish a non-exclusive Framework Agreement for supply to NHS supply chain depots via the stock route for but not limited to Cold Beverages, Confectionery and Snacks.
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa 16 350 000 GBP however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Patient Snacking
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to snacks used in patient feeding such as small pack size crisps as well as sweet and savoury biscuits. The anticipated value for the first 12 months is anticipated to be 4 100 000 GBP and 10 000 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the four highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 4th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 4 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Patient Feeding Ambient Beverages
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to beverages used in patient feeding including and not limited to 85ml water and juice cuplets, squash and fruit juice. The anticipated value for the first 12 months is anticipated to be 3 150 000 GBP and 7 700 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the four highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 4th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 4 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Carbonated and Non-Carbonated Ambient Retail Drinks
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to PET and can format. Included in this lot are Energy Drinks, Fruit Drinks, Flavoured Waters and Ambient Milkshakes. The anticipated value for the first 12 months is anticipated to be 3 000 000 GBP and 7 300 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the nine highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 9th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 9 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Cola Drink Retail
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to ambient retail carbonated Cola beverages. The range includes and is not limited to cherry, zero calorie and sugar free variants. The anticipated value for the first 12 months is anticipated to be 850 000 GBP and 2 100 000 GBP for the full term of 24 months (if extended). Applicants must tender for all product lines within this Lot.
Please note that Applicants must provide an evaluation price for ALL product lines listed within Lot 4 which must be entered into “LOT LINE DETAIL” tab to be considered for this Lot.
NHS Supply Chain: Food, anticipates appointing to the two highest scoring Applicants (who has met all the minimum requirements as set out in these tender documents) for Lot 4. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 2nd ranked Applicant and subsequent Applicants tying on score NHS Supply Chain; Food, reserves the right to award more than 2 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Retail Crisps
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to potato, corn, chickpea and vegetable based snacking crisps. The anticipated value for the first 12 months is anticipated to be 1 850 000 GBP and 4 500 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the eight highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 8th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 8 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Retail Sweets Confectionery and Chocolate
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to products in both individual and sharing formats. The anticipated value for the first 12 months is anticipated to be 1 000 000 GBP and 2 500 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the four highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 4th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 4 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
The Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Cakes and Bakery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to retail and patient feeding ambient cakes and bakery. The products in this lot include but not limited to individually wrapped, portioned and whole cakes, tray bakes and muffins. The anticipated value for the first 12 months is anticipated to be 750 000 GBP and 1 800 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the three highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 3rd ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 3 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Water Based Drinks
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes retail and patient feeding back of house still and sparkling water in various size formats. The anticipated value for the first 12 months is anticipated to be £600 000 and 1 500 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the two highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot.
Only the highest scoring Applicant for this Lot will be listed in the NHS Supply Chain’s Catalogue for the first 12 months of the Framework Agreement. Subsequently for this Lot only the highest scoring Applicant will receive sales under the Framework Agreement for the first 12 months or 24 months if extended.
If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 2nd ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 2 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Patient Feeding Jelly Pots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes patient feeding jelly pots. The anticipated value for the first 12 months is anticipated to be 350 000 GBP and 850 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the two highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot.
Only the highest scoring Applicant for this Lot will be listed in the NHS Supply Chain’s Catalogue for the first 12 months of the Framework Agreement. Subsequently for this Lot only the highest scoring Applicant will receive sales under the Framework Agreement for the first 12 months or 24 months if extended.
If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 2nd ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 2 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Sweet and Savoury Biscuits
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes retail and patient feeding biscuits including sweet chocolate minipacks and savoury breakfast biscuits. The anticipated value for the first 12 months is anticipated to be 300 000 GBP and 750 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the two highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 2nd ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 2 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Dried Fruit, Nuts and Healthy Snacking
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes but not limited to retail healthy snacking but is not restricted to cereal bars, fruit AND nut pouches, popcorn, rice cakes, protein products and fruit snacking. The anticipated value for the first 12 months is anticipated to be 300 000 GBP and 750 000 GBP for the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the eight highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 8th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 8 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Vitamin Enriched Drinks
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations in the UK.
II.2.4)Description of the procurement:
The range includes retail beverages in PET format and includes vitamin enriched non-carbonated beverages. The anticipated value for the first 12 months is anticipated to be 100 000 GBP and 250 000 GBP or the full term of 24 months (if extended).
NHS Supply Chain: Food, anticipates appointing the two highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot.
Only the highest scoring Applicant for this Lot will be listed in the NHS Supply Chain’s Catalogue for the first 12 months of the Framework Agreement. Subsequently for this Lot only the highest scoring Applicant will receive sales under the Framework Agreement for the first 12 months or 24 months if extended.
If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 2nd ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 2 Applicants.
II.2.5)Award criteria
II.2.6)Estimated value
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
This Framework Agreement will have the option to extend incrementally for up to 24 months.
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
Applicants should refer to II.2 of this Contract notice for further details in respect of appointment to the Framework Agreement. Applicants may bid for one, more than one, or all Lots and Applicants should refer to the Invitation to tender for more information in respect of this. The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. NHS supply chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives. Please refer to section 7 of the ITT in respect to this. NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions. NHS supply chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by:
1) any NHS Trust;
2) any other NHS entity;
3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or
4) any private sector entity active in the UK healthcare sector.
Only NHS supply chain can order from the Framework Agreement and enter into contracts under it. Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated at II.1.4 and II.1.5, NHS supply chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS supply chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS supply chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain’s eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.
III.1.3)Technical and professional ability
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
III.2.2)Contract performance conditions:
The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.
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.2.2)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:
Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http:// procurement.supplychain.nhs.uk/ISS/ Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration.
1) Use URL http://procurement.supplychain.nhs.uk/ISS/ to access the NHS Supply Chain Procurement portal.
2) If not yet registered:
— Click on the ‘Not Registered Yet’ link to access the registration page,
— Complete the registration pages as guided by the mini guide found on the landing page.
Portal access. If registration has been completed:
— Login with URL http://procurement.supplychain.nhs.uk/ISS/,
— Click on the ‘Supplier Dashboard’ icon to open the list of new procurement events. Expression of interest.
— View Contract Notice content by clicking on the ‘View notice’ button for the procurement event. This opens a PDF document,
— Express an interest by clicking on the ‘Express interest’ button,
— To start the response process after the expression of interest has been done, select the ‘My Active Opportunities’ option and click on the ‘Apply’ button,
— Select the procurement event from the list by clicking on the description,
— In the detail view click on the orange coloured ‘Framework Agreement’ button to start responding to the tender.
Header level requirements:
— Applicants are required to read all Framework Header Documents which can be accessed using the ‘NHS Supply Chain header documents’ button, which is located in the ‘Select framework’ tab,
— Applicants are required to upload the documents requested using the ‘Supplier header documents’ button, which is located in the ‘Select framework’ tab,
— Applicants are required to complete all mandatory questions, which can be accessed using the‘Framework questionnaire’ tab.
Lot level requirements:
— A preview of the Lot line details can be viewed using the ‘Lot header’ tab, by selecting the Lot and using the ‘Lot line information’ button. In order to respond to a Lot, Applicants must select the relevant Lot And then use the ‘Express intent’ button. This expression of intent does not place any obligation on the Applicant to respond, the action unlocks the ability to respond.
— Applicants are required to upload the documents requested at Lot level using the ‘Supplier lot documents’ button after selecting the Lot in the ‘Lot header’ tab,
— Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wants to include in the bid using the ‘Lot line detail’ tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the ‘Lot line detail’ tab,
— Applicants are required to answer all mandatory Lot specific questions found in the ‘Lot evaluation criteria’ tab,
— Applicants are then required to click on the ‘Terms and conditions’ button in the ‘Submit individual lot response(s)’ tab to view and accept the ISS Terms and Conditions,
— Accept the ISS ‘Terms and conditions’ button to access this function,
— Submit Lot response, by clicking on the ‘Submit response to selected lot’ button in the ‘Submit individual lot response(s)’ tab to submit response for the Lot. Each Lot must be submitted independently,
— Applicants are able to view their submission using the ‘Supplier submission report’ button, found in the ‘Submit individual lot response(s)’ tab. Please refer to Section III.1.1 for additional information.
VI.4.1)Review body
N/A
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).
VI.5)Date of dispatch of this notice: