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

Ambient Groceries

  • First published: 30 September 2021
  • Last modified: 30 September 2021
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

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-112623
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
30 September 2021
Deadline date:
01 November 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of Ambient Groceries to organisations and sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible. CPV: 15000000, 15800000, 15890000, 15850000, 15891000, 15870000, 15840000, 15897000, 15890000, 15891000, 15893000, 15894000, 15870000, 15840000, 15860000, 15891000, 15880000, 15893100, 15860000, 15411200, 15612410, 15612420, 15893100, 15893200, 15613000, 15613310, 15331460, 15897200, 15331423, 15240000, 15332100, 15890000, 15893100, 15897200, 15870000, 15871000, 15871200, 15871270, 15851100, 03211300, 03222000, 03212200, 15612130, 15612190, 15861000, 15864100, 15860000, 15512900, 15511210, 15332200, 15891610, 15831000, 15831200, 15821200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership

4th Floor, Companies House, Cardiff

Cardiff

CF14 3UB

UK

Contact person: Georgina Walmsley

Telephone: +44 2920903857

E-mail: georgina.walmsley@wales.nhs.uk

NUTS: UKL

Internet address(es)

Main address: http://nwssp.nhs.wales/ourservices/procurement-services/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

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/nhs/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/nhs/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Ambient Groceries

Reference number: NMD-OJEU-42026

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Supply of Ambient Groceries to organisations and sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.1.5) Estimated total value

Value excluding VAT: 11 344 750.32  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

Direct Delivery A- General Groceries

II.2.2) Additional CPV code(s)

15800000

15890000

15850000

15891000

15870000

15840000

15897000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 1 is an all Wales lot for direct supply to NHS Wales sites. The lots is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 2 192 965.66  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional Ambient Grocery products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Direct Delivery B- General Groceries

II.2.2) Additional CPV code(s)

15890000

15891000

15893000

15894000

15870000

15840000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible

II.2.4) Description of the procurement

Bidders are required to note that Lot 2 is an all Wales lot for direct supply to NHS Wales sites. The lots is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 215 374.94  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional Ambient Groceries products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Direct Delivery- Hot Beverages

II.2.2) Additional CPV code(s)

15860000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible

II.2.4) Description of the procurement

Bidders are required to note that Lot 3 is an all Wales lot for direct supply to NHS Wales sites. The lots is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 246 022.93  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional Ambient Groceries products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Direct Delivery- Instant Gluten Free Mixes

II.2.2) Additional CPV code(s)

15891000

15880000

15893100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 4 is an all Wales lot for direct supply to NHS Wales sites. The lots is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

II.2.5) Award criteria

Criteria below:

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 2 366.52  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional Ambient Mixes may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Direct Delivery- Retail Hot Beverages

II.2.2) Additional CPV code(s)

15860000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 5 is an all Wales lot for direct supply to NHS Wales sites. The lots is comprised of core and non-core product lines. It is mandatory that all core products are tendered for in order to be considered compliant.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 239 170.68  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional Hot Beverages products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Direct Delivery- Cooking Oil Delivery & Collection

II.2.2) Additional CPV code(s)

15411200

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 6 is an all Wales lot for direct supply of cooking oil and collection of used cooking oil to NHS Wales sites.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 162 129.78  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional Cooking Oil products and associated services may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Various Mixes

II.2.2) Additional CPV code(s)

15612410

15612420

15893100

15893200

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 7 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 596 437.04  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term

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: Yes

Description of options:

Additional ambient mixes may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Breakfast Cereals

II.2.2) Additional CPV code(s)

15613000

15613310

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 8 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 729 013.29  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional cereal products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Canned

II.2.2) Additional CPV code(s)

15331460

15897200

15331423

15240000

15332100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 9 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 2 040 220.24  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional canned products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Various

II.2.2) Additional CPV code(s)

15890000

15893100

15897200

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 10 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 605 647.85  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional various ambient products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Condiments, Herbs & Spices

II.2.2) Additional CPV code(s)

15870000

15871000

15871200

15871270

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 11 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainaility / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 396 501.92  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional ambient condiments and sauce products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Dried Rice, Pasta, Pulses, Fruit & Nuts

II.2.2) Additional CPV code(s)

15851100

03211300

03222000

03212200

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 12 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 189 268.48  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional dried products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 13 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 122 782.16  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional flour products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Coffee

II.2.2) Additional CPV code(s)

15861000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 266 948.17  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional coffee products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Other Hot Beverages

II.2.2) Additional CPV code(s)

15864100

15860000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible

II.2.4) Description of the procurement

Bidders are required to note that Lot 15 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 617 467.39  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional hot beverage products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Long Life Milks, Cream & Custard

II.2.2) Additional CPV code(s)

15512900

15511210

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 16 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 876 800.12  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional milk/cream products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Preserves & Spreads

II.2.2) Additional CPV code(s)

15332200

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible

II.2.4) Description of the procurement

Bidders are required to note that Lot 17 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 383 556.92  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional ambient preserves/ spreads products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Stocks & Bouillon

II.2.2) Additional CPV code(s)

15891610

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 18 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 175 387.64  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional stock and bouillon products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Stores- Sugar & Sweeteners

II.2.2) Additional CPV code(s)

15831000

15831200

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible.

II.2.4) Description of the procurement

Bidders are required to note that Lot 19 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainaility / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 482 834.44  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional sugar products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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:

Sites engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible

II.2.4) Description of the procurement

Bidders are required to note that Lot 20 is an all Wales lot for supply to the three NHS Wales regional stores (Bridgend, Denbigh and Newport) as well as the Welsh Blood Service Stores, for distribution to sites across NHS Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Ethical Sustainability / Weighting: 5

Quality criterion: Social Value / Weighting: 10

Quality criterion: Contract Management / Weighting: 10

Quality criterion: Business Continuity and Supply Resilience / Weighting: 10

Cost criterion: Priority Supplier Programme / Weighting: 1.2

Cost criterion: Cost / Weighting: 55.8

Cost criterion: Fixed Price / Weighting: 3

II.2.6) Estimated value

Value excluding VAT: 803 854.16  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded on the basis of a three year agreement, with the option to extend for a further 12 months. The contract values referenced are indicative of the maximum 48 month framework term.

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: Yes

Description of options:

Additional biscuit products may be sourced by the Contracting Authority, within the limitations of the Public Contract Regulations 2015.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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:

N/A

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Criteria as stated in the procurement documents.

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.

Envisaged maximum number of participants to the framework agreement: 20

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:

2020/S 247-615530

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

Date: 01/11/2021

Local time: 12:00

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

EN

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

Tender must be valid until: 31/03/2022

IV.2.7) Conditions for opening of tenders

Date: 08/11/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Further notices may be published in 3-4 years time following the contract start date.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

By powers and duties contained in the NHS (Wales) Act 2006, the Well-being of Future Generations (Wales) Act 2015, the Social Services

and Well-being (Wales) Act 2014 and The Healthy Eating in Schools (Nutritional Standards and Requirements) (Wales) Regulations 2013

the following Framework Agreement may be accessed by the public sector bodies listed below to the extent that they are engaged in the

management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible:

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Cardiff Council

Carmarthenshire County Council

City & County of Swansea

Conwy County Borough Council

Cyngor Gwynedd Council

Cyngor Sir Ceredigion County Council

Denbighshire County Council

Flintshire County Council

Isle of Anglesey County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Taf County Borough Council

Torfaen County Borough Council

Vale of Glamorgan Council

Wrexham County Borough Council

Welsh Local Government Association (WLGA)

For the purpose of clarity, the values noted in this notice relate only to NHS Wales Health Board and Trust expenditure and any additional

Call Off from this framework would be subject to the limitations of the Public Contract Regulations 2015 (as amended).

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=112623

(WA Ref:112623)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

30/09/2021

Coding

Commodity categories

ID Title Parent category
15612420 Baking mixes Cereal or vegetable flour and related products
15612410 Cake mixes Cereal or vegetable flour and related products
15897200 Canned goods Canned goods and field rations
15897000 Canned goods and field rations Miscellaneous food products and dried goods
15240000 Canned or tinned fish and other prepared or preserved fish Prepared and preserved fish
15331423 Canned tomatoes Processed vegetables
15331460 Canned vegetables Processed vegetables
15613000 Cereal grain products Grain mill products
15840000 Cocoa; chocolate and sugar confectionery Miscellaneous food products
15861000 Coffee Coffee, tea and related products
15860000 Coffee, tea and related products Miscellaneous food products
15870000 Condiments and seasonings Miscellaneous food products
15411200 Cooking oil Animal or vegetable oils
15893200 Dessert mixes Dry goods
03212200 Dried leguminous vegetables and pulses Potatoes and dried vegetables
15893000 Dry goods Miscellaneous food products and dried goods
15893100 Food mixes Dry goods
15000000 Food, beverages, tobacco and related products Agriculture and Food
03222000 Fruit and nuts Vegetables, fruits and nuts
15332200 Jams and marmalades; fruit jellies; fruit or nut purée and pastes Processed fruit and nuts
15800000 Miscellaneous food products Food, beverages, tobacco and related products
15890000 Miscellaneous food products and dried goods Miscellaneous food products
15871270 Mixed condiments Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15891610 Mixes for stocks Soups and broths
15850000 Pasta products Miscellaneous food products
15612130 Plain flour Cereal or vegetable flour and related products
15613310 Prepared breakfast cereals Cereal grain products
15894000 Processed food products Miscellaneous food products and dried goods
15332100 Processed fruit Processed fruit and nuts
03211300 Rice Cereals
15871200 Sauces, mixed condiments and mixed seasonings Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15612190 Self-raising flour Cereal or vegetable flour and related products
15891000 Soups and broths Miscellaneous food products and dried goods
15880000 Special nutritional products Miscellaneous food products
15831000 Sugar Sugar and related products
15821200 Sweet biscuits Toasted bread products and pastry goods
15864100 Teabags Preparations of tea or Maté
15511210 UHT milk Milk
15851100 Uncooked pasta Farinaceous products
15871000 Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard Condiments and seasonings
15512900 Whipping cream Cream
15831200 White sugar Sugar

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.

About the buyer

Main contact:
georgina.walmsley@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.