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

Vending Solutions

  • First published: 23 February 2024
  • Last modified: 23 February 2024

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-041e02
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
23 February 2024
Deadline date:
25 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot will cover Cold drinks, Snacks and Confectionery Vending Machines including but not limited to Cold Drinks Vending Machines, Snacks Vending Machines, Cold Drinks & Snacks Combination Vending Machines and Iced Drinks Vending Machines.

The value for the first 18 months is anticipated to be £2,437,500 and £6,500,000 for the full 48 months (if extended).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

E-mail: governance@supplychain.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-of-health-and-social-care/about

I.3) Communication

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

https://nhssupplychain.app.jaggaer.com/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://nhssupplychain.app.jaggaer.com/web/login.html


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

Vending Solutions

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 of Vending Solutions to Trusts within the NHS (the “Customer(s)”). via the Direct Route covering products from the following categories:

Cold Drinks, Snacks and Confectionery Vending Machines, Chilled Food Vending Machines, Hot Food Vending Machines, Hot Beverage Machines, Coffee Shop Solutions, Ward Beverage Trolleys, Water Dispensers, Reverse Vending, Smart Technology & Shop Solutions, Maintenance and Service.

The awarded suppliers will be responsible for the supply (as a result of re-opening of competition or direct award) who will deliver and manage Vending Solutions into the NHS and its Trusts for their catering needs.

It is anticipated that in the first 18 months the value of the Framework Agreement will be in the region of £9,750,000. This is based on the Trusts currently using the NHS Supply Chain: Food’s framework.

For the full 48 month term (if extended) the anticipated value of the Framework Agreement will be in the region of £26,000,000.

These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.

II.1.5) Estimated total value

Value excluding VAT: 26 000 000.00  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

Cold Drinks, Snacks and Confectionery Vending Machines

II.2.2) Additional CPV code(s)

15000000

15894500

42200000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Cold drinks, Snacks and Confectionery Vending Machines including but not limited to Cold Drinks Vending Machines, Snacks Vending Machines, Cold Drinks & Snacks Combination Vending Machines and Iced Drinks Vending Machines.

The value for the first 18 months is anticipated to be £2,437,500 and £6,500,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 500 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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

Chilled & Hot Food Vending Machines

II.2.2) Additional CPV code(s)

15000000

15894500

42200000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Chilled & Hot Food Vending Machines Including but not limited to Chilled Food Vending Machines, Chilled Food refrigerated pods/lockers, Hot Food Vending Machines, Hot Soup Server and Ambient Food Pods/Lockers.

The value for the first 18 months is anticipated to be £1,462,500 and £3,900,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 900 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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

Hot Beverage Machines

II.2.2) Additional CPV code(s)

15000000

15894500

42200000

42933000

51542200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Hot Beverage Machines Including but not limited to Instant Coffee Machines. Bean to Cup Coffee Machines, Pod/Sachet Coffee Machines and Hot Beverage Accessories.

The value for the first 18 months is anticipated to be £2,145,000 and £5,720,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 720 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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: 4

II.2.1) Title

Coffee Shop Solutions

II.2.2) Additional CPV code(s)

15000000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Coffee Shop Solutions Including but not limited to Hospital Own Brand Coffee Shops and Branded Franchise Coffee Shops.

The value for the first 18 months is anticipated to be £292,000 and £780,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 780 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 month

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

Ward Beverage Trolleys

II.2.2) Additional CPV code(s)

42200000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Ward Beverage Trolleys.

The value for the first 18 months is anticipated to be £1,462,500 and £3,900,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 900 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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: 6

II.2.1) Title

Water Dispensers

II.2.2) Additional CPV code(s)

31141000

44162500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Water Dispensers Including but not limited to Bottle Fed Water Cooler, Plumbed Water Dispensers, Water Bottle Filling Station, Bagged Water Coolers, Plumbed Water Fountain, Multi-Temperature Water Dispensers and Hot Water Boilers.

The value for the first 18 months is anticipated to be £292,500 and £780,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 780 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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: 7

II.2.1) Title

Reverse Vending

II.2.2) Additional CPV code(s)

15000000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Reverse Vending Including but not limited to Reverse Vending Compactors.

The value for the first 18 months is anticipated to be £97,500 and £260,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 260 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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: 8

II.2.1) Title

Smart Technology & Shop Solutions

II.2.2) Additional CPV code(s)

15000000

15894500

42200000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Smart Technology & Shop Solutions Including but not limited to Hospital Own Brand Smart Technology Shop, Branded Franchise Smart Technology Shops, Frictionless Retail, Unattended Retail Solutions and Accessories.

The value for the first 18 months is anticipated to be £97,500 and £260,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 260 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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: 9

II.2.1) Title

Maintenance & Service

II.2.2) Additional CPV code(s)

15000000

31141000

42933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Maintenance & Service including but not limited to Vending Machines Servicing & Maintenance, Ward Beverage Trolley Service & Maintenance, Water Dispenser Servicing & Maintenance, Coffee Machine Servicing & Maintenance, Smart Technology and Shop Solution Service & Maintenance and Reverse Vending Servicing & Maintenance.

The value for the first 18 months is anticipated to be £1,462,500 and £3,900,000 for the full 48 months (if extended).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 900 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months

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 the option to extend incrementally for up to a further 30 months.

The contract will be for a maximum term of 48 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 may bid for one, more than one or all lots and Applicants should refer to the Invitation to Tender for more information in respect of this.

The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.

NHS Supply Chain: Food will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain: Food 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 the following eligible users:

1) any NHS Trust;

2) any other NHS entity;

3) any government department, agency or other statutory body;

4) any private sector entity active in the UK healthcare sector and/or

5) any local authority will be able to utilise this Framework agreement to run further

competition with the written consent of NHS Supply Chain: Food in order to secure a direct contract.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.

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.

All communications must be made through NHS Supply Chain's eTendering portal at

https://nhssupplychain.app.jaggaer.com 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.1.2) 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

The Framework Agreement includes obligations with respect to contract performance for the successful supplier

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:

2023/S 000-035351

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

Date: 25/03/2024

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: 26/03/2024

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 eProcurement portal at https://nhssupplychain.app.jaggaer.com/

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 eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions below on how to Express Interest and Intend to Respond:

Selection Questionnaire

1. Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an ITT titled ‘Vending Solutions’, click into this.

2. Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.

3. Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.

Lots

Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find 9 ITTs which are the Lots for this Framework Agreement. The ITTs will have the following titles:

Lot 1 - Cold Drinks, Snacks and Confectionery Vending Machines

Lot 2 - Chilled & Hot Food Vending Machines

Lot 3 - Hot Beverage Machines

Lot 4 - Coffee Shop Solutions

Lot 5 - Ward Beverage Trolleys

Lot 6 - Water Dispensers

Lot 7 - Reverse Vending

Lot 8 - Smart Technology & Shop Solutions

Lot 9 - Maintenance and Service

Once you have clicked into your chosen Lot(s), click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.

Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.

Submission instructions for this procurement will be included within the Invitation to Tender document.

Please ensure to download and read all documents contained within the Attachments area.

Details of how to submit your response can be found within the Invitation to Tender

document.

For any technical help with the portal please contact: Tel: 0800 069 8630 or email:

help_uk@jaggaer.com

VI.4) Procedures for review

VI.4.1) Review body

N/A

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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

22/02/2024

Coding

Commodity categories

ID Title Parent category
44162500 Drinking-water piping Piping
15000000 Food, beverages, tobacco and related products Agriculture and Food
51542200 Installation services of beverage-processing machinery Installation services of food-, beverage- and tobacco-processing machinery
42200000 Machinery for food, beverage and tobacco processing and associated parts Industrial machinery
42933000 Vending machines Centrifuges, calendering or vending machines
15894500 Vending-machine ingredients Processed food products
31141000 Water coolers Cooling towers

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:
governance@supplychain.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.