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

Delivered Ready Prepared Meals

  • First published: 29 July 2023
  • Last modified: 29 July 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-03bedd
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
29 July 2023
Deadline date:
14 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot will cover Frozen and Chilled Bulk ready meals, frozen and chilled snacking/mini ready meals, finger food and chilled and frozen individual cakes and puddings. Including but not limited to soups, main entrees, vegetables and breakfast items.

Applicants must be able to manufacturer and/or distribute a selection of standard chilled and/or frozen ready meals including plated meal solutions and associated products in single and multi-portion packs which offer customers a single point of supply for a total customer solution.

Applicants must be able to offer the core menu requirements in terms of standard ready prepared meals including but not limited to:

• Soups;  

• Main entrees;

• Main vegetarian entrees;  

• Potatoes and stable starches;  

• Vegetables;  

• Accompaniments and sauces where applicable;  

• Desserts;  

• Breakfast items; and  

• Snacks.

The value for the first 24 months is anticipated to be £90,000,000 and £180,000,000 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

Delivered Ready Prepared Meals

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS Supply Chain: Food is seeking suppliers who will have the capacity and capability to’ deliver and possess the drive to work collaboratively with Trusts to provide the right solution and manage Delivered Ready Prepared Meals into the NHS and its Trusts for their patient and retail catering needs.

This procurement is for:

Non-exclusive Framework Agreement for the supply to Trusts within the NHS (the “Customer(s)”). Via Direct Route of supply for but not limited to:

• Standard Ready Prepared Meals;

• Specialist Ready Prepared Meals;

• Retail Prepared Meals;

• Small Community and Mental Health Site provision.

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.

The contract will be for a maximum term of 48 months.

It is anticipated that in the first 24 months the value of the Framework Agreement will be in the region of £80,000,000. This is based on the 112 of 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 £200,000,000.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  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

Standard Ready Prepared Meals

II.2.2) Additional CPV code(s)

03221000

15310000

15812121

15833100

15891000

15894100

15894200

15894220

15894400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover Frozen and Chilled Bulk ready meals, frozen and chilled snacking/mini ready meals, finger food and chilled and frozen individual cakes and puddings. Including but not limited to soups, main entrees, vegetables and breakfast items.

Applicants must be able to manufacturer and/or distribute a selection of standard chilled and/or frozen ready meals including plated meal solutions and associated products in single and multi-portion packs which offer customers a single point of supply for a total customer solution.

Applicants must be able to offer the core menu requirements in terms of standard ready prepared meals including but not limited to:

• Soups;  

• Main entrees;

• Main vegetarian entrees;  

• Potatoes and stable starches;  

• Vegetables;  

• Accompaniments and sauces where applicable;  

• Desserts;  

• Breakfast items; and  

• Snacks.

The value for the first 24 months is anticipated to be £90,000,000 and £180,000,000 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: 180 000 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

II.2.9) 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 24 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

Specialist Ready Prepared Meals

II.2.2) Additional CPV code(s)

15894200

15894220

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover chilled and/or frozen ready prepared meals in various formats including single or bulk. These include but not limited to religious/cultural meals, texture modified meals, therapeutic diet and paediatric meals.  

The value for the first 24 months is anticipated to be £8,949,700 and £17,899,400 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: 17 899 400.00  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 the option to extend incrementally for up to a further 24 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

Retail Ready Prepared Meals

II.2.2) Additional CPV code(s)

15812121

15833100

15894100

15894200

15894220

15894400

39314000

39711124

39711362

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot will cover a selection of chilled, frozen or ambient ready prepared meals that are suitable for the use in retail or restaurant services settings. Where meals are used in a retail outlet such as but not limited to vending machines, staff honesty freezers, retail outlets they will need to be packaged in retail suitable packaging that meets all legal labelling requirements for retail use.

Where meals are used for back of house services e.g. part of a restaurant setting they must be in packaging suitable for easy use in these settings as well as meeting all legal labelling requirements for food service use. Included in the provision of this lot is associated equipment which may include microwaves, freezers or other equipment used specifically for the products awarded.

The value for the first 24 months is anticipated to be £640,350 and £1,280,700 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: 1 280 700.00  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 the option to extend incrementally for up to a further 24 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

Small Community and Mental Health Site Provision

II.2.2) Additional CPV code(s)

03221000

15310000

15812121

15833100

15891000

15894100

15894200

15894220

15894400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for a selection of ready prepared frozen or chilled delivered ready meals including but not limited to soups, main entrees, vegetables, therapeutic diets and breakfast items.

Applicants must be able to deliver to small community or mental health sites who have a low number of beds. Suppliers must have the capability to offer a flexible delivery service based on customer requirements. Typically these sites will have low minimum order values which the supplier will be expected to accommodate. Applicants must be able to manufacturer and/or distribute a selection of frozen or chilled delivered meals to these small sites. In some instances trusts may require their chosen supplier to provide a “one stop shop” solution.

The value for the first 24 months is anticipated to be £410,250 and £820,500 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: 820 500.00  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 the option to extend incrementally for up to a further 24 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.

Envisaged maximum number of participants to the framework agreement: 50

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 000-010824

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

Date: 14/09/2023

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: 15/09/2023

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:

- 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 ‘Delivered Ready Prepared Meals’, click into this.

- 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.

- 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’.

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:

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)

VI.5) Date of dispatch of this notice

28/07/2023

Coding

Commodity categories

ID Title Parent category
15833100 Desserts Sugar products
15000000 Food, beverages, tobacco and related products Agriculture and Food
15894220 Hospital meals Processed food products
39711124 Industrial freezers Electrical domestic appliances for use with foodstuffs
39314000 Industrial kitchen equipment Catering equipment
39711362 Microwave ovens Electrical domestic appliances for use with foodstuffs
15310000 Potatoes and potato products Fruit, vegetables and related products
15894200 Prepared meals Processed food products
15812121 Savoury pies Pastry goods and cakes
15894400 Snacks Processed food products
15891000 Soups and broths Miscellaneous food products and dried goods
15894100 Vegan packs Processed food products
03221000 Vegetables Vegetables, fruits and nuts

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.