Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Supply Chain: Food is operated by Foodbuy Europe Ltd, as agent, for and on behalf of Supply Chain Coordination Ltd (‘SCCL’)
C/o Skipton House, 80 London Road
London
SE1 6LH
UK
E-mail: strategicsourcingdoh@supplychain.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://procurement.supplychain.nhs.uk/ISS/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fresh Food
II.1.2) Main CPV code
15000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Supply Chain: food seeks to establish a non-exclusive framework agreement for the supply to trusts within the NHS (the customer(s))via the Direct Route of the supply supply of Fresh Food covering products from the following categories:
The framework will cover but not limited to milk, milk alternative, shell and liquid eggs, cream and yoghurt, bread loaves sliced, rolls, baguettes, bakery items, meat and poultry including the most common cuts of beef, pork, lamb, chicken and turkey species, bacon and sausages, fruit and vegetables including prepared fruit, prepared salads, prepared vegetables, fresh fruit, salads, fresh vegetables and par-cooked frozen potatoes and chips in the core range (evaluated product lines) and all other varieties in the additional lines.
II.1.5) Estimated total value
Value excluding VAT:
69 982 132.00
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
Dairy and Bakery
II.2.2) Additional CPV code(s)
15511000
15551000
15512000
03142500
15811100
15811200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Various locations in the UK.
II.2.4) Description of the procurement
The core range (evaluated product lines) consists of dairy and eggs, bread, bakery and morning goods covering milk, dairy milk alternative, shell and liquid eggs, cream and yoghurt, loaves sliced, rolls, baguettes and bakery. The value for the first 12 months is anticipated to be 6 024 311 GBP and 24 097 244 GBP for the full 48 months (if extended).
Applicants may tender for 1, more than 1, or all the LINES detailed in Lot 1. Applicants must however submit a tender response for all products that they are able to supply at the time of tender. This lot will be evaluated on a Line by Line basis and all applicants who meet or exceed a hurdle of 50 % will be awarded to each line.
If an applicant fails to submit a price for a product line which it is able to supply at the time of tender submission, NHS Supply Chain: Food reserves the right to prohibit the applicant from supplying that product line under the framework agreement during its term.
II.2.5) Award criteria
Criteria below:
Quality criterion: Non-financial questions
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
24 097 244.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
The framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.
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
Meat and Poultry
II.2.2) Additional CPV code(s)
15111100
15112120
15112130
15113000
15115100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Various locations in the UK.
II.2.4) Description of the procurement
The core range (evaluated product lines) will cover the most common cuts of beef, pork, lamb, chicken and turkey species, bacon and sausages and all other species and products in the extended range (additional lines). Frozen variants of these products will be available via the tailored to food framework. The value for the first 12 months is anticipated to be 6 282 826 GBP and 25 131 304 GBP for the full 48 months (if extended).
Important information:
It is a mandatory requirement that applicants tender for all the product lines in Lot 2. Failure to do so will result in the applicant’s tender submission for all submitted product lines for Lot 2 not being evaluated further.
For applicants tender submissions to be evaluated in Step 3 and 4, all product lines in Lot 2 must also meet the specification and product line descriptions to be evaluated further.
This lot will be evaluated on a lot basis. Applicants must meet or exceed a hurdle of 50 % for the lot to be awarded.
II.2.5) Award criteria
Criteria below:
Quality criterion: Non-financial questions
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
25 131 304.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
The framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.
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
Fruit and Vegetables
II.2.2) Additional CPV code(s)
15310000
15330000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Various locations in the UK.
II.2.4) Description of the procurement
The framework will cover prepared fruit, prepared salads, prepared vegetables, fresh fruit, salads, fresh vegetables and par-cooked frozen potatoes and chips.
The value for the first 12 months is anticipated to be 5 188 396 GBP and 20 753 584 GBP for the full 48 months (if extended).
Important information:
It is a mandatory requirement that applicants tender for all the product lines in Lot 3. Failure to do so will result in the applicant’s tender submission for all submitted product lines for Lot 3 not being evaluated further.
For applicants tender submissions to be evaluated in Step 3 and 4, all product lines in Lot 3 must also meet the specification and product line descriptions to be evaluated further.
This lot will be evaluated on a lot basis. Applicants must meet or exceed a hurdle of 50 % for the lot to be awarded.
II.2.5) Award criteria
Criteria below:
Quality criterion: Non-financial questions
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
30 870 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
The framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.
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:
Applicants should refer to II.2) of this contract notice for further details in respect of appointment to the framework agreement. Applicants may bid for 1, more than 1, or all lots and applicants should refer to the invitation to tender for more information in respect of this. The term of contracts formed under the framework agreement may continue beyond the end of the term of the framework agreement itself.
NHS Supply Chain: food expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives. Please refer to Section 9 of the ITT in respect to this.
NHS Supply Chain: food will share savings information in order to assist its customers with making informed procurement decisions. NHS supply chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by:
1) Any NHS Trust;
2) Any other NHS entity;
3) Any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or
4) Any private sector entity active in the UK healthcare sector.
Only NHS Supply Chain: food can order from the framework agreement and enter into contracts under it. Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the
Avoidance of doubt, and notwithstanding the estimate indicated at II.1.4) and II.1.5).
NHS Supply Chain: food does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
NHS Supply Chain: food is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity.
NHS Supply Chain: food reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain's eTendering portalat http://procurement.supplychain.nhs.uk/ISS/ using the message centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3) is an estimate only.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
The contracting authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The framework agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.
Section IV: Procedure
IV.1) 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: 80
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:
2019/S 111-271082
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/08/2019
Local time: 15:00
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
Duration in months: 7 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/08/2019
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
Submission of expression of interest and procurement specific information: this procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/ISS/
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as Follows:
Registration:
1) Use URL http://procurement.supplychain.nhs.uk/ISS/ to access the NHS supply chain procurement portal;
2) If not yet registered:
— click on the ‘Not Registered Yet’ link to access the registration page,
— complete the registration pages as guided by the mini guide found on the landing page.
Portal access:
If registration has been completed:
— login with URL http://procurement.supplychain.nhs.uk/ISS/
— click on the ‘Supplier Dashboard’ icon to open the list of new procurement events.
Expression of interest:
— view contract notice content by clicking on the ‘View notice’ button for the procurement event. This opens aPDF document,
— express an interest by clicking on the ‘Express interest’ button,
— to start the response process after the expression of interest has been done, select the ‘My Active Opportunities’ option and click on the ‘Apply’ button,
— select the procurement event from the list by clicking on the description,
— in the detail view click on the orange coloured ‘Framework Agreement’ button to start responding to the tender.
Header level requirements:
— applicants are required to read all framework header documents which can be accessed using the ‘NHS Supply Chain header documents’ button, which is located in the ‘Select framework’ tab,
— applicants are required to upload the documents requested using the ‘Supplier header documents’ button,which is located in the ‘Select framework’ tab,
— the ‘Framework Questionnaire’ tab has no requirement for completion for this tender. Therefore, there is no requirement to complete this,
— a preview of the lot line details can be viewed using the ‘Lot header’ tab, by selecting the lot and using the ‘Lot line information’ button. In order to respond to a lot, applicants must select the relevant lot and then use the ‘Express intent’ button. This expression of intent does not place any obligation on the applicant to respond, the action unlocks the ability to respond,
— applicants are required to upload the documents requested at lot level using the ‘Supplier lot documents’ button after selecting the lot in the ‘Lot header’ tab,
— complete price offers per line for the lot by completing the required fields for the lines the applicant wants to include in the bid using the ‘Lot line detail’ tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the ‘Lot line detail’ tab,
— applicants are required to answer all mandatory lot specific questions found in the ‘Lot evaluation criteria’ tab,
— applicants are then required to click on the ‘Terms and conditions’ button in the ‘Submit individual lot response(s)’ tab to view and accept the ISS terms and conditions,
— accept the ISS ‘Terms and conditions’ button to access this function,
— submit lot response, by clicking on the ‘Submit response to selected lot’ button in the ‘Submit individual lot response(s)’ tab to submit response for the lot. Each lot must be submitted independently,
— applicants are able to view their submission using the ‘Supplier submission report’ button, found in the ‘Submit individual lot response(s)’ tab. Please refer to Section III.1.1) for additional information.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
08/08/2019