Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

NPS Framework Agreement for the Supply and Distribution of Packaged Food and Beverages

  • First published: 14 August 2017
  • Last modified: 14 August 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-069409
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
14 August 2017
Deadline date:
14 September 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 15000000, 15000000, 15510000, 15821200, 15613310, 03211600, 15613100, 15613380, 15613310, 15411200, 15612410, 15833100, 15893200, 15626000, 15612130, 15612190, 15332200, 15332290, 15893300, 15891600, 15830000, 15831000, 15321000, 15320000, 15982100, 15000000, 15980000, 15842300, 15981100, 15981200, 15981400, 15842000, 15851100, 03211300, 15860000, 15842210, 15000000, 15870000, 15871000, 15871200, 14420000, 03212000, 15000000, 15240000, 15331423, 15241100, 15241400, 15331400, 15331460, 15331462, 15331410, 15000000, 15851100, 15871000, 15871200, 15871260, 15312100, 15612110, 15612190, 15612130, 15612100, 03211300, 15831000, 15831500, 15833000, 15613310, 15332200, 15893200, 15833100, 15891600, 15893300, 15860000, 15511210, 15821200, 15411200, 15320000, 15982100, 15240000, 15241100, 15241400, 15331400, 15331423, 15331460, 15331462, 15870000, 15000000, 15221000, 15555100, 15833100, 15131640, 15331100, 15311100, 15851100, 15871260, 15871000, 15871200, 15331428, 15331410, 15312100, 15612100, 15612110, 15612130, 15612190, 03211300, 15830000, 15831500, 15833000, 15613310, 15332200, 15893200, 15891600, 15893300, 15860000, 15511210, 15821200, 15411200, 15321000, 15320000, 15982100, 15229000, 15311000, 15311200, 15896000, 15812121, 15812122, 15240000, 15241100, 15241400, 15331400, 15331423, 15331460, 15331462, 15870000, 15871270, 15850000, 15851200, 15851290, 15131500, 15842210, 14420000, 15626000, 15000000, 15221000, 15555100, 15833100, 15131640, 15331100, 15311100, 15851100, 15871260, 15331428, 15331410, 15871200, 15312100, 15612100, 03211300, 15830000, 15831500, 15833000, 15613310, 15332200, 15893200, 15891600, 15893300, 15860000, 15511210, 15821200, 15411200, 15321000, 15320000, 15982100, 15311000, 15331170, 15896000, 15812121, 15812122, 15240000, 15241100, 15241400, 15331400, 15331460, 15331462, 15870000, 15871000, 15871270, 15850000, 15851200, 15851290, 15891610, 15131500, 15842210, 14420000, 15626000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Welsh Ministers - National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Contact person: Jessica Bearman

E-mail: NPSFood@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NPS Framework Agreement for the Supply and Distribution of Packaged Food and Beverages

Reference number: NPS-Food-0069-16

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

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

Value excluding VAT: 53 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

All Packaged Food and Beverages

II.2.2) Additional CPV code(s)

15000000

15221000

15555100

15833100

15131640

15331100

15311100

15851100

15871260

15871000

15871200

15331428

15331410

15312100

15612100

15612110

15612130

15612190

03211300

15830000

15831500

15833000

15613310

15332200

15893200

15891600

15893300

15860000

15511210

15821200

15411200

15321000

15320000

15982100

15229000

15311000

15311200

15896000

15812121

15812122

15240000

15241100

15241400

15331400

15331423

15331460

15331462

15870000

15871270

15850000

15851200

15851290

15131500

15842210

14420000

15626000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical /Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 53 000 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Ambient and Frozen Products

II.2.2) Additional CPV code(s)

15000000

15221000

15555100

15833100

15131640

15331100

15311100

15851100

15871260

15331428

15331410

15871200

15312100

15612100

03211300

15830000

15831500

15833000

15613310

15332200

15893200

15891600

15893300

15860000

15511210

15821200

15411200

15321000

15320000

15982100

15311000

15331170

15896000

15812121

15812122

15240000

15241100

15241400

15331400

15331460

15331462

15870000

15871000

15871270

15850000

15851200

15851290

15891610

15131500

15842210

14420000

15626000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical /Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 44 700 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Ambient Groceries

II.2.2) Additional CPV code(s)

15000000

15851100

15871000

15871200

15871260

15312100

15612110

15612190

15612130

15612100

03211300

15831000

15831500

15833000

15613310

15332200

15893200

15833100

15891600

15893300

15860000

15511210

15821200

15411200

15320000

15982100

15240000

15241100

15241400

15331400

15331423

15331460

15331462

15870000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 15 900 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Frozen Products

II.2.2) Additional CPV code(s)

15000000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 28 800 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Soft Beverages, Bottled Water, Confectionery

II.2.2) Additional CPV code(s)

15000000

15980000

15842300

15981100

15981200

15981400

15842000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 8 300 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

NHS Stores - Ambient Milk and Cream Products

II.2.2) Additional CPV code(s)

15510000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 290 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

NHS Stores - Biscuits

II.2.2) Additional CPV code(s)

15821200

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 220 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

NHS Stores - Breakfast Cereals

II.2.2) Additional CPV code(s)

15613310

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

NHS Stores - Breakfast Oats

II.2.2) Additional CPV code(s)

03211600

15613100

15613380

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

NHS Stores - Breakfast Wheat Biscuits

II.2.2) Additional CPV code(s)

15613310

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 160 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

NHS Stores - Canned Foods

II.2.2) Additional CPV code(s)

15000000

15240000

15331423

15241100

15241400

15331400

15331460

15331462

15331410

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

NHS Stores - Cooking Oil

II.2.2) Additional CPV code(s)

15411200

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 80 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

NHS Stores - Cake Mix

II.2.2) Additional CPV code(s)

15612410

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

NHS Stores - Desserts, Dessert Mixes & Custards

II.2.2) Additional CPV code(s)

15833100

15893200

15626000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 15

II.2.1) Title

NHS Stores - Flour

II.2.2) Additional CPV code(s)

15612130

15612190

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 24 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 16

II.2.1) Title

NHS Stores - Jams and Preserves

II.2.2) Additional CPV code(s)

15332200

15332290

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 50 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 17

II.2.1) Title

NHS Stores - Stock, Bouillon and Gravy Mix

II.2.2) Additional CPV code(s)

15893300

15891600

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 46 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 18

II.2.1) Title

NHS Stores - Sugar

II.2.2) Additional CPV code(s)

15830000

15831000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 80 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 19

II.2.1) Title

NHS Stores - Ambient Groceries - Various

II.2.2) Additional CPV code(s)

15000000

15870000

15871000

15871200

14420000

03212000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 20

II.2.1) Title

NHS Stores - Hot Beverages

II.2.2) Additional CPV code(s)

15860000

15842210

II.2.3) Place of performance

NUTS code:

UKL

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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 21

II.2.1) Title

NHS Stores - Other Cereals, Pasta and Rice

II.2.2) Additional CPV code(s)

15851100

03211300

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 120 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 22

II.2.1) Title

NHS Stores - Fruit Juices including fruit juice cuplets

II.2.2) Additional CPV code(s)

15321000

15320000

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 240 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 23

II.2.1) Title

NHS Stores - Drinking Squash

II.2.2) Additional CPV code(s)

15982100

II.2.3) Place of performance

NUTS code:

UKL


Main site or 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

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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

List and brief description of selection criteria:

As set out in the procurement documents


Minimum level(s) of standards required:

As set out in the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As set out in the procurement documents


III.2) Conditions related to the contract

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) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2016/S 214-389415

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

Date: 14/09/2017

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/09/2017

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

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) Procedures for review

VI.4.1) Review body

see VI.4.3 below

see VI.4.3 below

UK

Telephone: +44 3007900170

Internet address(es)

URL: http://npswales.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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

11/08/2017

Coding

Commodity categories

ID Title Parent category
15331410 Beans in tomato sauce Processed vegetables
15131640 Beefburgers Meat preserves and preparations
15612410 Cake mixes Cereal or vegetable flour and related products
15240000 Canned or tinned fish and other prepared or preserved fish Prepared and preserved fish
15851290 Canned pasta Farinaceous products
15331462 Canned peas Processed vegetables
15241100 Canned salmon Coated, canned or tinned fish
15331423 Canned tomatoes Processed vegetables
15241400 Canned tuna Coated, canned or tinned fish
15331460 Canned vegetables Processed vegetables
15311100 Chips or french fries Frozen potatoes
15842000 Chocolate and sugar confectionery Cocoa; chocolate and sugar confectionery
15860000 Coffee, tea and related products Miscellaneous food products
15870000 Condiments and seasonings Miscellaneous food products
15842300 Confectionery Chocolate and sugar confectionery
15411200 Cooking oil Animal or vegetable oils
15626000 Custard powder Starches and starch products
15896000 Deep-frozen products Miscellaneous food products and dried goods
15893200 Dessert mixes Dry goods
15833100 Desserts Sugar products
15311200 Diced, sliced and other frozen potatoes Frozen potatoes
15842210 Drinking chocolate Chocolate and sugar confectionery
15981400 Flavoured mineral waters Mineral water
15000000 Food, beverages, tobacco and related products Agriculture and Food
15331100 Fresh or frozen vegetables Processed vegetables
15221000 Frozen fish Frozen fish, fish fillets and other fish meat
15229000 Frozen fish products Frozen fish, fish fillets and other fish meat
15311000 Frozen potatoes Potatoes and potato products
15331170 Frozen vegetables Processed vegetables
15320000 Fruit and vegetable juices Fruit, vegetables and related products
15321000 Fruit juices Fruit and vegetable juices
15982100 Fruit squashes Soft drinks
15893300 Gravy mixes Dry goods
15613100 Ground oats Cereal grain products
15555100 Ice cream Ice cream and similar products
15312100 Instant mashed potatoes Potato products
15332290 Jams Processed fruit and nuts
15332200 Jams and marmalades; fruit jellies; fruit or nut purée and pastes Processed fruit and nuts
15510000 Milk and cream Dairy products
15871270 Mixed condiments Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15891610 Mixes for stocks Soups and broths
15980000 Non-alcoholic beverages Beverages, tobacco and related products
03211600 Oats Cereals
15850000 Pasta products Miscellaneous food products
15612130 Plain flour Cereal or vegetable flour and related products
03212000 Potatoes and dried vegetables Cereals and potatoes
15131500 Poultry products Meat preserves and preparations
15613310 Prepared breakfast cereals Cereal grain products
15851200 Prepared pasta and couscous Farinaceous products
15331400 Preserved and/or canned vegetables Processed vegetables
03211300 Rice Cereals
15613380 Rolled oats Cereal grain products
15871260 Sauces Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200 Sauces, mixed condiments and mixed seasonings Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15812121 Savoury pies Pastry goods and cakes
14420000 Sea salt Salt and pure sodium chloride
15612190 Self-raising flour Cereal or vegetable flour and related products
15981200 Sparkling mineral water Mineral water
15981100 Still mineral water Mineral water
15891600 Stocks Soups and broths
15831000 Sugar Sugar and related products
15830000 Sugar and related products Miscellaneous food products
15833000 Sugar products Sugar and related products
15831500 Sugar syrups Sugar
15821200 Sweet biscuits Toasted bread products and pastry goods
15812122 Sweet pies Pastry goods and cakes
15331428 Tomato sauce Processed vegetables
15511210 UHT milk Milk
15851100 Uncooked pasta Farinaceous products
15871000 Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard Condiments and seasonings
15612100 Wheat flour Cereal or vegetable flour and related products
15612110 Wholemeal flour Cereal or vegetable flour and related products

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
14 August 2017
Deadline date:
14 September 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
07 September 2017
Notice type:
14 Corrigendum
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
05 February 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSFood@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
31/08/2017 12:25
Amendment to Zoning Structure for Lots 1-5 - This affects Zones 17 and 18
We are notifying all potential Bidders about an amendment to the Zoning Structure to be applied for lots 1-5 for this framework.

Please note that structure replaces the details issued in the tender documentation and provided during the Bidder Information Days.

This Amendment will be the basis for the Zoning Structure for the Framework Agreement and will therefore form part of the Framework Agreement Contract Documentation post award.

Zone 17 Powys North is no longer being tendered – Bidders should not tender for this requirement.

Zone 18 Powys South – This Zone has been amended and now covers North and South Powys. Any Bids received for this Zone will be for both North and South.

Please note that the price schedules for Zone 17 have been disabled on the etenderwales system.

The Price schedule(s) on the etender wales system for Zone 18 within each lot should be used to tender for the new zone:- Zone 18 Powys North and South. The indicative product volumes will not be amended. The volumes published will be used for evaluation purposes.
31/08/2017 12:36
Amendment to Zoning Structure for Lots 1-5 - This affects Zones 17 and 18
We are notifying all potential Bidders about an amendment to the Zoning Structure to be applied for lots 1-5 for this framework.

Please note that structure replaces the details issued in the tender documentation and provided during the Bidder Information Days.

This Amendment will be the basis for the Zoning Structure for the Framework Agreement and will therefore form part of the Framework Agreement Contract Documentation post award.

Zone 17 Powys North is no longer being tendered – Bidders should not tender for this requirement.

Zone 18 Powys South – This Zone has been amended and now covers North and South Powys. Any Bids received for this Zone will be for both North and South.

Please note that the price schedules for Zone 17 have been disabled on the etenderwales system.

The Price schedule(s) on the etender wales system for Zone 18 within each lot should be used to tender for the new zone:- Zone 18 Powys North and South. The indicative product volumes will not be amended. The volumes published will be used for evaluation purposes.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.