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.

Contract Notice

Buying Better Food and Drink

  • First published: 02 August 2023
  • Last modified: 02 August 2023

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-h6vhtk-036ac2
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
02 August 2023
Deadline date:
11 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CCS are looking to procure a Food & Drink commercial solution:

Free to use for all customers - Be simple, quick and easy to use for customers

Support all food producers (including SMEs) in accessing public sector food opportunities

Support public sector food buyers in buying better quality, safer, sustainable food that meets The Government Buying Standards for Food

Support public sector customers in meeting carbon net zero goals, by supporting sustainable food production and reducing carbon footprint.

Support investment in local communities, equality and diversity, reduction in Modern Slavery risks, resource efficiency

Offer regional supply and local distribution networks

This is a new agreement for CCS. There is no customer mandate for this agreement to be used.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


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

Buying Better Food and Drink

Reference number: RM6279

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a new Pan Government Collaborative Agreement for the provision of RM6279 Buying Better Food and Drink to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

This will be a national agreement developed to support a simple customer journey through an online single access point; either using a single Tier 1 supplier, a consortium of suppliers, or Special Procurement Vehicle (SPV).

We are encouraging a consortium bid that can be made up of many small suppliers - all suppliers/producers will need to meet the minimum technical, ethical and policy requirements and Government buying standards for food.

Our initial contract value is estimated to attract £100 million worth of spend over the 4-year (2 + 1 +1) contract period, which is a small proportion of the annual £2.1 billion public sector food spend.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

03100000

03200000

03300000

03400000

15000000

15100000

15200000

15300000

15400000

15500000

15600000

15800000

15900000

55300000

55500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

CCS are looking to procure a Food & Drink commercial solution:

Free to use for all customers - Be simple, quick and easy to use for customers

Support all food producers (including SMEs) in accessing public sector food opportunities

Support public sector food buyers in buying better quality, safer, sustainable food that meets The Government Buying Standards for Food

Support public sector customers in meeting carbon net zero goals, by supporting sustainable food production and reducing carbon footprint.

Support investment in local communities, equality and diversity, reduction in Modern Slavery risks, resource efficiency

Offer regional supply and local distribution networks

This is a new agreement for CCS. There is no customer mandate for this agreement to be used.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 2 years, with an option to extend for two one (1) year periods.

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.2.12) 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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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

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 a single operator.

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:

2022/S 000-026625

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

Date: 11/09/2023

Local time: 14:59

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: 08/03/2024

IV.2.7) Conditions for opening of tenders

Date: 11/09/2023

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/d656a12d-9716-4d30-bc22-e45d2b40a173

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this

procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to

reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool:

https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

01/08/2023

Coding

Commodity categories

ID Title Parent category
03100000 Agricultural and horticultural products Agricultural, farming, fishing, forestry and related products
15400000 Animal or vegetable oils and fats Food, beverages, tobacco and related products
15100000 Animal products, meat and meat products Food, beverages, tobacco and related products
15900000 Beverages, tobacco and related products Food, beverages, tobacco and related products
55500000 Canteen and catering services Hotel, restaurant and retail trade services
03200000 Cereals, potatoes, vegetables, fruits and nuts Agricultural, farming, fishing, forestry and related products
15500000 Dairy products Food, beverages, tobacco and related products
03300000 Farming, hunting and fishing products Agricultural, farming, fishing, forestry and related products
15000000 Food, beverages, tobacco and related products Agriculture and Food
03400000 Forestry and logging products Agricultural, farming, fishing, forestry and related products
15300000 Fruit, vegetables and related products Food, beverages, tobacco and related products
15600000 Grain mill products, starches and starch products Food, beverages, tobacco and related products
15800000 Miscellaneous food products Food, beverages, tobacco and related products
15200000 Prepared and preserved fish Food, beverages, tobacco and related products
55300000 Restaurant and food-serving services Hotel, restaurant and retail trade services

Delivery locations

ID Description
100 UK - All

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:
supplier@crowncommercial.gov.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.