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

NPS Framework For The Supply & Distribution Of Fresh Food & Beverages (Inc. Frozen Meat)

  • First published: 12 May 2017
  • Last modified: 31 May 2017

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-064378
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
12 May 2017
Deadline date:
20 June 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The NPS is tendering to procure a Framework Agreement for the Supply and Distribution Of Fresh Food And Beverages (Including Frozen Meat). The purpose of this procurement is to identify bidders which represent, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this notice and accompanying Invitation to Tender. The NPS intends to award a number of places on the framework lots to a pre determined maximum number of successful bidders as defined within each lot description. The Framework Agreement is scheduled to commence in July 2017, let for an initial period of 2 years, with an option to extend for a further 2 years (on a year on year basis). The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk. Site registration is free of charge. CPV: 15000000, 15112000, 15112100, 15131500, 15131135, 15112120, 15112140, 15119300, 03111800, 03200000, 03220000, 03221200, 03222000, 03222100, 03222110, 03222200, 03221320, 15872000, 15872300, 03311000, 03311100, 03311200, 03312200, 15119600, 15200000, 15210000, 15500000, 15550000, 15511000, 15510000, 03333000, 15511100, 15511200, 15511210, 15511300, 03331200, 15540000, 15542000, 15542100, 15542200, 15542300, 15543100, 15543200, 15543300, 15543000, 15511500, 15512000, 15512100, 15512200, 15512300, 15512900, 15551000, 15551300, 15551310, 15551320, 03142500, 15530000, 15551500, 15833100, 15540000, 15541000, 15542000, 15542100, 15542200, 15542300, 15543000, 15543100, 15543200, 15543300, 15530000, 15551500, 15510000, 15511500, 15512000, 15512100, 15512200, 15512300, 15512900, 15551000, 15551300, 15551310, 15551320, 03142500, 15833100, 15811100, 15811000, 15811500, 15821000, 15821100, 15821110, 15821130, 15811200, 15810000, 15812000, 15812200, 15813000, 15894700, 15812120, 15812121, 15812122, 15891000, 15891100, 15891200, 15891300, 15891400, 15891900, 15000000, 15511000, 15110000, 15550000, 03220000, 15810000, 15813000, 03142500, 15530000, 15540000, 15812000, 15551000, 15220000, 03221320, 15872000, 03311000, 15200000, 15100000, 15812120, 15812121, 15894700, 15894200, 15896000, 15331170, 15331100, 15811200, 15812200, 15820000, 15131220, 15111100, 15131600, 15112000, 15112100, 15131500, 15131130, 15131134, 15131135, 15131210, 15115100, 15510000, 15512000, 15131410, 15895100, 15431000, 15431100, 15320000, 15891000, 03221000, 03200000, 03222000, 15100000, 15110000, 15111000, 15119000, 15896000, 15115000, 15115100, 15114000, 15113000, 15131400, 15131640, 15895100, 15131134, 15100000, 15110000, 15113000, 15131400, 15131490, 15131220, 15131130, 15895100, 15114000, 15131134, 15100000, 15110000, 15111000, 15112100, 15131500, 15113000, 15131400, 15131490, 15115000, 15115100, 15112130, 15114000, 15131130, 15131134, 15131135, 15131220, 15131640, 15895100, 15112120, 03200000, 03220000, 03221200, 03222000, 03222100, 03222110, 03222200, 03212000, 03212200, 03212210, 03221110, 03221000, 03221120, 15872000, 15872300, 03221320, 03220000, 03200000, 03222000, 03222100, 03222110, 03222200, 03212000, 03212200, 03221000, 03221100, 03221110, 03221120, 03221200, 03221320, 15872000, 15872300, 03331000, 03331200, 03333000, 15510000, 15511000, 15511100, 15511210, 15511200, 15511300.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Welsh Ministers - National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Contact person: Jessica Bearman

E-mail: NPSFood@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

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/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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

NPS Framework For The Supply & Distribution Of Fresh Food & Beverages (Inc. Frozen Meat)

Reference number: NPS-Food-0068-16

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The NPS is tendering to procure a Framework Agreement for the Supply and Distribution Of Fresh Food And Beverages (Including Frozen Meat). The purpose of this procurement is to identify bidders which represent, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this notice and accompanying Invitation to Tender.

The NPS intends to award a number of places on the framework lots to a pre determined maximum number of successful bidders as defined within each lot description. The Framework Agreement is scheduled to commence in July 2017, let for an initial period of 2 years, with an option to extend for a further 2 years (on a year on year basis).

The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk. Site registration is free of charge.

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

All Fresh Food And Beverages (Including Frozen Meat)

II.2.2) Additional CPV code(s)

15000000

15511000

15110000

15550000

03220000

15810000

15813000

03142500

15530000

15540000

15812000

15551000

15220000

03221320

15872000

03311000

15200000

15100000

15812120

15812121

15894700

15894200

15896000

15331170

15331100

15811200

15812200

15820000

15131220

15111100

15131600

15112000

15112100

15131500

15131130

15131134

15131135

15131210

15115100

15510000

15512000

15131410

15895100

15431000

15431100

15320000

15891000

03221000

03200000

03222000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of all fresh food and beverages (including Frozen Meat). There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the agreement (2 years):-

All figures quoted GBP

Zone 1 Blaenau Gwent:- 548,000

Zone 2 Bridgend:- 2,192,000

Zone 3 Caerphilly:- 2,192,000

Zone 4 Cardiff:- 2,192,000

Zone 5 Carmarthenshire:- 1,370,000

Zone 6 Ceredigion:- 1,370,000

Zone 7 Conwy:- 548,000

Zone 8 Denbighshire:- 1,370,000

Zone 9 Flintshire:- 548,000

Zone 10 Gwynedd:- 548,000

Zone 11 Isle Of Anglesey:- 548,000

Zone 12 Merthyr Tydfil:- 2,192,000

Zone 13 Monmouthshire:- 1,370,000

Zone 14 Neath Port Talbot:- 548,000

Zone 15 Newport:- 1,370,000

Zone 16 Pembrokeshire:- 548,000

Zone 17 Powys– North:- 548,000

Zone 18 Powys – South:- 548,000

Zone 19 Rhondda Cynon Taf:- 2,192,000

Zone 20 City and County of Swansea:- 2,192,000

Zone 21 Torfaen:- 548,000

Zone 22 Vale of Glamorgan:- 548,000

Zone 23 Wrexham:- 1,370,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 3,960,000

Zone 25 Aneurin Bevan Health Board:- 2,970,000

Zone 26 Betsi Cadwaladr University Health Board:- 3,960,000

Zone 27 Cardiff and Vale University Health Board:- 2,970,000

Zone 28 Cwm Taf Health Board:- 2,970,000

Zone 29 Hywel Dda Health Board:- 1,980,000

Zone 30 Powys Teaching Health Board:- 594,000

Zone 31 Velindre NHS Trust:- 396,000

Zone 32 All Wales:- 47,200,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot on the basis of one primary Framework Provider per zone and two contingent Framework Providers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 47 200 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh and Frozen Meat, Pork Products and Poultry

II.2.2) Additional CPV code(s)

15100000

15110000

15111000

15112100

15131500

15113000

15131400

15131490

15115000

15115100

15112130

15114000

15131130

15131134

15131135

15131220

15131640

15895100

15112120

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh and frozen meat, pork products and poultry. There are 32 geographical zones within this lot with the following indicative expenditure values for the term of the framework agreement (2 years) by Zone:-

All figures quoted GBP

Zone 1 Blaenau Gwent:- 160,000

Zone 2 Bridgend:- 640,000

Zone 3 Caerphilly:- 640,000

Zone 4 Cardiff:- 640,000

Zone 5 Carmarthenshire:- 400,000

Zone 6 Ceredigion:- 400,000

Zone 7 Conwy:- 160,000

Zone 8 Denbighshire:- 400,000

Zone 9 Flintshire:- 160,000

Zone 10 Gwynedd:- 160,000

Zone 11 Isle Of Anglesey:- 160,000

Zone 12 Merthyr Tydfil:- 640,000

Zone 13 Monmouthshire:- 400,000

Zone 14 Neath Port Talbot:- 160,000

Zone 15 Newport:- 400,000

Zone 16 Pembrokeshire:- 160,000

Zone 17 Powys– North:- 160,000

Zone 18 Powys – South:- 160,000

Zone 19 Rhondda Cynon Taf:- 640,000

Zone 20 City and County of Swansea:- 640,000

Zone 21 Torfaen:- 160,000

Zone 22 Vale of Glamorgan:- 160,000

Zone 23 Wrexham:- 400,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 1,600,000

Zone 25 Aneurin Bevan Health Board:- 1,200,000

Zone 26 Betsi Cadwaladr University Health Board:- 1,600,000

Zone 27 Cardiff and Vale University Health Board:- 1,200,000

Zone 28 Cwm Taf Health Board:- 1,200,000

Zone 29 Hywel Dda Health Board:- 800,000

Zone 30 Powys Teaching Health Board:- 240,000

Zone 31 Velindre NHS Trust:- 160,000

Zone 32 All Wales:- 16,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot on the basis of one primary Framework Provider per zone and two contingent Framework Providers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 16 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh and Frozen Meat

II.2.2) Additional CPV code(s)

15100000

15110000

15111000

15119000

15896000

15115000

15115100

15114000

15113000

15131400

15131640

15895100

15131134

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh and frozen meat. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the agreement (2 years):-

Values quoted GBP

Zone 1 Blaenau Gwent:- 80,000

Zone 2 Bridgend:- 320,000

Zone 3 Caerphilly:- 320,000

Zone 4 Cardiff:- 320,000

Zone 5 Carmarthenshire:- 200,000

Zone 6 Ceredigion:- 200,000

Zone 7 Conwy:- 80,000

Zone 8 Denbighshire:- 200,000

Zone 9 Flintshire:- 80,000

Zone 10 Gwynedd:- 80,000

Zone 11 Isle Of Anglesey:- 80,000

Zone 12 Merthyr Tydfil:- 320,000

Zone 13 Monmouthshire:- 200,000

Zone 14 Neath Port Talbot:- 80,000

Zone 15 Newport:- 200,000

Zone 16 Pembrokeshire:- 80,000

Zone 17 Powys– North:- 80,000

Zone 18 Powys – South:- 80,000

Zone 19 Rhondda Cynon Taf:- 320,000

Zone 20 City and County of Swansea:- 320,000

Zone 21 Torfaen:- 80,000

Zone 22 Vale of Glamorgan:- 80,000

Zone 23 Wrexham:- 200,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 800,000

Zone 25 Aneurin Bevan Health Board:- 600,000

Zone 26 Betsi Cadwaladr University Health Board:- 800,000

Zone 27 Cardiff and Vale University Health Board:- 600,000

Zone 28 Cwm Taf Health Board:- 600,000

Zone 29 Hywel Dda Health Board:- 400,000

Zone 30 Powys Teaching Health Board:- 120,000

Zone 31 Velindre NHS Trust:- 80,000

Zone 32 All Wales:- 8,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh and Frozen Pork Products

II.2.2) Additional CPV code(s)

15100000

15110000

15113000

15131400

15131490

15131220

15131130

15895100

15114000

15131134

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh and pork products. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 40,000

Zone 2 Bridgend:- 160,000

Zone 3 Caerphilly:- 160,000

Zone 4 Cardiff:- 160,000

Zone 5 Carmarthenshire:- 100,000

Zone 6 Ceredigion:- 100,000

Zone 7 Conwy:- 40,000

Zone 8 Denbighshire:- 100,000

Zone 9 Flintshire:- 40,000

Zone 10 Gwynedd:- 40,000

Zone 11 Isle Of Anglesey:- 40,000

Zone 12 Merthyr Tydfil:- 160,000

Zone 13 Monmouthshire:- 100,000

Zone 14 Neath Port Talbot:- 40,000

Zone 15 Newport:- 100,000

Zone 16 Pembrokeshire:- 40,000

Zone 17 Powys– North:- 40,000

Zone 18 Powys – South:- 40,000

Zone 19 Rhondda Cynon Taf:- 160,000

Zone 20 City and County of Swansea:- 160,000

Zone 21 Torfaen:- 40,000

Zone 22 Vale of Glamorgan:- 40,000

Zone 23 Wrexham:- 100,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 400,000

Zone 25 Aneurin Bevan Health Board:- 300,000

Zone 26 Betsi Cadwaladr University Health Board:- 400,000

Zone 27 Cardiff and Vale University Health Board:- 300,000

Zone 28 Cwm Taf Health Board:- 300,000

Zone 29 Hywel Dda Health Board:- 200,000

Zone 30 Powys Teaching Health Board:- 60,000

Zone 31 Velindre NHS Trust:- 40,000

Zone 32 All Wales:- 4,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh and Frozen Poultry

II.2.2) Additional CPV code(s)

15112000

15112100

15131500

15131135

15112120

15112140

15119300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh and frozen poultry. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 40,000

Zone 2 Bridgend:- 160,000

Zone 3 Caerphilly:- 160,000

Zone 4 Cardiff:- 160,000

Zone 5 Carmarthenshire:- 100,000

Zone 6 Ceredigion:- 100,000

Zone 7 Conwy:- 40,000

Zone 8 Denbighshire:- 100,000

Zone 9 Flintshire:- 40,000

Zone 10 Gwynedd:- 40,000

Zone 11 Isle Of Anglesey:- 40,000

Zone 12 Merthyr Tydfil:- 160,000

Zone 13 Monmouthshire:- 100,000

Zone 14 Neath Port Talbot:- 40,000

Zone 15 Newport:- 100,000

Zone 16 Pembrokeshire:- 40,000

Zone 17 Powys– North:- 40,000

Zone 18 Powys – South:- 40,000

Zone 19 Rhondda Cynon Taf:- 160,000

Zone 20 City and County of Swansea:- 160,000

Zone 21 Torfaen:- 40,000

Zone 22 Vale of Glamorgan:- 40,000

Zone 23 Wrexham:- 100,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 400,000

Zone 25 Aneurin Bevan Health Board:- 300,000

Zone 26 Betsi Cadwaladr University Health Board:- 400,000

Zone 27 Cardiff and Vale University Health Board:- 300,000

Zone 28 Cwm Taf Health Board:- 300,000

Zone 29 Hywel Dda Health Board:- 200,000

Zone 30 Powys Teaching Health Board:- 60,000

Zone 31 Velindre NHS Trust:- 40,000

Zone 32 All Wales:- 4,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh and Prepared Fruit, Vegetables Salad and Herbs

II.2.2) Additional CPV code(s)

03200000

03220000

03221200

03222000

03222100

03222110

03222200

03212000

03212200

03212210

03221110

03221000

03221120

15872000

15872300

03221320

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh and prepared fruit, vegetables and salad. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 96,000

Zone 2 Bridgend:- 384,000

Zone 3 Caerphilly:- 384,000

Zone 4 Cardiff:- 384,000

Zone 5 Carmarthenshire:- 240,000

Zone 6 Ceredigion:- 240,000

Zone 7 Conwy:- 96,000

Zone 8 Denbighshire:- 240,000

Zone 9 Flintshire:- 96,000

Zone 10 Gwynedd:- 96,000

Zone 11 Isle Of Anglesey:- 96,000

Zone 12 Merthyr Tydfil:- 384,000

Zone 13 Monmouthshire:- 240,000

Zone 14 Neath Port Talbot:- 96,000

Zone 15 Newport:- 240,000

Zone 16 Pembrokeshire:- 96,000

Zone 17 Powys– North:- 96,000

Zone 18 Powys – South:- 96,000

Zone 19 Rhondda Cynon Taf:- 384,000

Zone 20 City and County of Swansea:- 384,000

Zone 21 Torfaen:- 96,000

Zone 22 Vale of Glamorgan:- 96,000

Zone 23 Wrexham:- 240,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 640,000

Zone 25 Aneurin Bevan Health Board:- 480,000

Zone 26 Betsi Cadwaladr University Health Board:- 640,000

Zone 27 Cardiff and Vale University Health Board:- 480,000

Zone 28 Cwm Taf Health Board:- 480,000

Zone 29 Hywel Dda Health Board:- 320,000

Zone 30 Powys Teaching Health Board:- 96,000

Zone 31 Velindre NHS Trust:- 64,000

Zone 32 All Wales:- 8,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot on the basis of one primary Framework Provider per geographical zone and two contingent Framework Providers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh Fruit Vegetables Salad and Herbs

II.2.2) Additional CPV code(s)

03220000

03200000

03222000

03222100

03222110

03222200

03212000

03212200

03221000

03221100

03221110

03221120

03221200

03221320

15872000

15872300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh fruit, vegetables and salad. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 64,000

Zone 2 Bridgend:- 256,000

Zone 3 Caerphilly:- 256,000

Zone 4 Cardiff:- 256,000

Zone 5 Carmarthenshire:- 160,000

Zone 6 Ceredigion:- 160,000

Zone 7 Conwy:- 64,000

Zone 8 Denbighshire:- 160,000

Zone 9 Flintshire:- 64,000

Zone 10 Gwynedd:- 64,000

Zone 11 Isle Of Anglesey:- 64,000

Zone 12 Merthyr Tydfil:- 256,000

Zone 13 Monmouthshire:- 160,000

Zone 14 Neath Port Talbot:- 64,000

Zone 15 Newport:- 160,000

Zone 16 Pembrokeshire:- 64,000

Zone 17 Powys– North:- 64,000

Zone 18 Powys – South:- 64,000

Zone 19 Rhondda Cynon Taf:- 256,000

Zone 20 City and County of Swansea:- 256,000

Zone 21 Torfaen:- 64,000

Zone 22 Vale of Glamorgan:- 64,000

Zone 23 Wrexham:- 160,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 360,000

Zone 25 Aneurin Bevan Health Board:- 270,000

Zone 26 Betsi Cadwaladr University Health Board:- 360,000

Zone 27 Cardiff and Vale University Health Board:- 270,000

Zone 28 Cwm Taf Health Board:- 270,000

Zone 29 Hywel Dda Health Board:- 180,000

Zone 30 Powys Teaching Health Board:- 54,000

Zone 31 Velindre NHS Trust:- 36,000

Zone 32 All Wales:- 5,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Prepared Fruit, Vegetables Salad and Herbs

II.2.2) Additional CPV code(s)

03111800

03200000

03220000

03221200

03222000

03222100

03222110

03222200

03221320

15872000

15872300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of prepared fruit, vegetables and Salad . There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 32,000

Zone 2 Bridgend:- 128,000

Zone 3 Caerphilly:- 128,000

Zone 4 Cardiff:- 128,000

Zone 5 Carmarthenshire:- 80,000

Zone 6 Ceredigion:- 80,000

Zone 7 Conwy:- 32,000

Zone 8 Denbighshire:- 80,000

Zone 9 Flintshire:- 32,000

Zone 10 Gwynedd:- 32,000

Zone 11 Isle Of Anglesey:- 32,000

Zone 12 Merthyr Tydfil:- 128,000

Zone 13 Monmouthshire:- 80,000

Zone 14 Neath Port Talbot:- 32,000

Zone 15 Newport:- 80,000

Zone 16 Pembrokeshire:- 32,000

Zone 17 Powys– North:- 32,000

Zone 18 Powys – South:- 32,000

Zone 19 Rhondda Cynon Taf:- 128,000

Zone 20 City and County of Swansea:- 128,000

Zone 21 Torfaen:- 32,000

Zone 22 Vale of Glamorgan:- 32,000

Zone 23 Wrexham:- 80,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 280,000

Zone 25 Aneurin Bevan Health Board:- 210,000

Zone 26 Betsi Cadwaladr University Health Board:- 280,000

Zone 27 Cardiff and Vale University Health Board:- 210,000

Zone 28 Cwm Taf Health Board:- 210,000

Zone 29 Hywel Dda Health Board:- 140,000

Zone 30 Powys Teaching Health Board:- 42,000

Zone 31 Velindre NHS Trust:- 28,000

Zone 32 All Wales:- 3,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh Fish

II.2.2) Additional CPV code(s)

03311000

03311100

03311200

03312200

15119600

15200000

15210000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh fish. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 4,000

Zone 2 Bridgend:- 16,000

Zone 3 Caerphilly:- 16,000

Zone 4 Cardiff:- 16,000

Zone 5 Carmarthenshire:- 10,000

Zone 6 Ceredigion:- 10,000

Zone 7 Conwy:- 4,000

Zone 8 Denbighshire:- 10,000

Zone 9 Flintshire:- 4,000

Zone 10 Gwynedd:- 4,000

Zone 11 Isle Of Anglesey:- 4,000

Zone 12 Merthyr Tydfil:- 16,000

Zone 13 Monmouthshire:- 10,000

Zone 14 Neath Port Talbot:- 4,000

Zone 15 Newport:- 10,000

Zone 16 Pembrokeshire:- 4,000

Zone 17 Powys– North:- 4,000

Zone 18 Powys – South:- 4,000

Zone 19 Rhondda Cynon Taf:- 16,000

Zone 20 City and County of Swansea:- 16,000

Zone 21 Torfaen:- 4,000

Zone 22 Vale of Glamorgan:- 4,000

Zone 23 Wrexham:- 10,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 40,000

Zone 25 Aneurin Bevan Health Board:- 30,000

Zone 26 Betsi Cadwaladr University Health Board:- 40,000

Zone 27 Cardiff and Vale University Health Board:- 30,000

Zone 28 Cwm Taf Health Board:- 30,000

Zone 29 Hywel Dda Health Board:-20,000

Zone 30 Powys Teaching Health Board:- 6,000

Zone 31 Velindre NHS Trust:- 4,000

Zone 32 All Wales:- 400,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh Milk, Dairy Products and Eggs

II.2.2) Additional CPV code(s)

15500000

15550000

15511000

15510000

03333000

15511100

15511200

15511210

15511300

03331200

15540000

15542000

15542100

15542200

15542300

15543100

15543200

15543300

15543000

15511500

15512000

15512100

15512200

15512300

15512900

15551000

15551300

15551310

15551320

03142500

15530000

15551500

15833100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh milk, dairy products and eggs. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the agreement (2 years):-

Values quoted GBP

Zone 1 Blaenau Gwent:- 220,000

Zone 2 Bridgend:- 880,000

Zone 3 Caerphilly:- 880,000

Zone 4 Cardiff:- 880,000

Zone 5 Carmarthenshire:- 550,000

Zone 6 Ceredigion:- 550,000

Zone 7 Conwy:- 220,000

Zone 8 Denbighshire:- 550,000

Zone 9 Flintshire:- 220,000

Zone 10 Gwynedd:- 220,000

Zone 11 Isle Of Anglesey:- 220,000

Zone 12 Merthyr Tydfil:- 880,000

Zone 13 Monmouthshire:- 550,000

Zone 14 Neath Port Talbot:- 220,000

Zone 15 Newport:- 550,000

Zone 16 Pembrokeshire:- 220,000

Zone 17 Powys– North:- 220,000

Zone 18 Powys – South:- 220,000

Zone 19 Rhondda Cynon Taf:- 880,000

Zone 20 City and County of Swansea:- 880,000

Zone 21 Torfaen:- 220,000

Zone 22 Vale of Glamorgan:- 220,000

Zone 23 Wrexham:- 550,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 1,120,000

Zone 25 Aneurin Bevan Health Board:- 840,000

Zone 26 Betsi Cadwaladr University Health Board:- 1,120,000

Zone 27 Cardiff and Vale University Health Board:- 840,000

Zone 28 Cwm Taf Health Board:- 840,000

Zone 29 Hywel Dda Health Board:- 560,000

Zone 30 Powys Teaching Health Board:- 168,000

Zone 31 Velindre NHS Trust:- 112,000

Zone 32 All Wales:- 16,600,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot on the basis of one primary Framework Provider per zone and two contingent Framework Providers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 16 600 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh Milk

II.2.2) Additional CPV code(s)

03331000

03331200

03333000

15510000

15511000

15511100

15511210

15511200

15511300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh milk. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 152,000

Zone 2 Bridgend:- 608,000

Zone 3 Caerphilly:- 608,000

Zone 4 Cardiff:- 608,000

Zone 5 Carmarthenshire:- 380,000

Zone 6 Ceredigion:- 380,000

Zone 7 Conwy:- 152,000

Zone 8 Denbighshire:- 380,000

Zone 9 Flintshire:- 152,000

Zone 10 Gwynedd:- 152,000

Zone 11 Isle Of Anglesey:- 152,000

Zone 12 Merthyr Tydfil:- 608,000

Zone 13 Monmouthshire:- 380,000

Zone 14 Neath Port Talbot:- 152,000

Zone 15 Newport:-380,000

Zone 16 Pembrokeshire:- 152,000

Zone 17 Powys– North:- 152,000

Zone 18 Powys – South:- 152,000

Zone 19 Rhondda Cynon Taf:- 608,000

Zone 20 City and County of Swansea:- 608,000

Zone 21 Torfaen:- 152,000

Zone 22 Vale of Glamorgan:- 152,000

Zone 23 Wrexham:- 380,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 600,000

Zone 25 Aneurin Bevan Health Board:- 450,000

Zone 26 Betsi Cadwaladr University Health Board:- 600,000

Zone 27 Cardiff and Vale University Health Board:- 450,000

Zone 28 Cwm Taf Health Board:- 450,000

Zone 29 Hywel Dda Health Board:- 300,000

Zone 30 Powys Teaching Health Board:- 90,000

Zone 31 Velindre NHS Trust:- 60,000

Zone 32 All Wales:- 10,600,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 10 600 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Fresh Dairy Products & Eggs

II.2.2) Additional CPV code(s)

15540000

15541000

15542000

15542100

15542200

15542300

15543000

15543100

15543200

15543300

15530000

15551500

15510000

15511500

15512000

15512100

15512200

15512300

15512900

15551000

15551300

15551310

15551320

03142500

15833100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of fresh dairy products and eggs. There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 68,000

Zone 2 Bridgend:- 272,000

Zone 3 Caerphilly:- 272,000

Zone 4 Cardiff:- 272,000

Zone 5 Carmarthenshire:- 170,000

Zone 6 Ceredigion:- 170,000

Zone 7 Conwy:- 68,000

Zone 8 Denbighshire:- 170,000

Zone 9 Flintshire:- 68,000

Zone 10 Gwynedd:- 68,000

Zone 11 Isle Of Anglesey:- 68,000

Zone 12 Merthyr Tydfil:- 272,000

Zone 13 Monmouthshire:- 170,000

Zone 14 Neath Port Talbot:- 68,000

Zone 15 Newport:- 170,000

Zone 16 Pembrokeshire:- 68,000

Zone 17 Powys– North:- 68,000

Zone 18 Powys – South:- 68,000

Zone 19 Rhondda Cynon Taf:- 272,000

Zone 20 City and County of Swansea:- 272,000

Zone 21 Torfaen:- 68,000

Zone 22 Vale of Glamorgan:- 68,000

Zone 23 Wrexham:- 170,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 520,000

Zone 25 Aneurin Bevan Health Board:- 390,000

Zone 26 Betsi Cadwaladr University Health Board:- 520,000

Zone 27 Cardiff and Vale University Health Board:- 390,000

Zone 28 Cwm Taf Health Board:- 390,000

Zone 29 Hywel Dda Health Board:- 260,000

Zone 30 Powys Teaching Health Board:- 78,000

Zone 31 Velindre NHS Trust:- 52,000

Zone 32 All Wales:- 6,000,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Bread, Rolls, Cakes and Morning Goods

II.2.2) Additional CPV code(s)

15811100

15811000

15811500

15821000

15821100

15821110

15821130

15811200

15810000

15812000

15812200

15813000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of bread, rolls, cakes and morning goods . There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 32,000

Zone 2 Bridgend:- 128,000

Zone 3 Caerphilly:- 128,000

Zone 4 Cardiff:- 128,000

Zone 5 Carmarthenshire:- 80,000

Zone 6 Ceredigion:- 80,000

Zone 7 Conwy:- 32,000

Zone 8 Denbighshire:- 80,000

Zone 9 Flintshire:- 32,000

Zone 10 Gwynedd:- 32,000

Zone 11 Isle Of Anglesey:- 32,000

Zone 12 Merthyr Tydfil:- 128,000

Zone 13 Monmouthshire:- 80,000

Zone 14 Neath Port Talbot:- 32,000

Zone 15 Newport:- 80,000

Zone 16 Pembrokeshire:- 32,000

Zone 17 Powys– North:- 32,000

Zone 18 Powys – South:- 32,000

Zone 19 Rhondda Cynon Taf:- 128,000

Zone 20 City and County of Swansea:- 128,000

Zone 21 Torfaen:- 32,000

Zone 22 Vale of Glamorgan:- 32,000

Zone 23 Wrexham:- 80,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 240,000

Zone 25 Aneurin Bevan Health Board:- 180,000

Zone 26 Betsi Cadwaladr University Health Board:- 240,000

Zone 27 Cardiff and Vale University Health Board:- 180,000

Zone 28 Cwm Taf Health Board:- 180,000

Zone 29 Hywel Dda Health Board:- 120,000

Zone 30 Powys Teaching Health Board:- 36,000

Zone 31 Velindre NHS Trust:- 24,000

Zone 32 All Wales:- 2,800,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 2 800 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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

Chilled Ready to Eat Foods (including chilled cooked meats, pies, soups, deli ranges and savouries)

II.2.2) Additional CPV code(s)

15894700

15812120

15812121

15812122

15891000

15891100

15891200

15891300

15891400

15891900

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Defined Geographical zones that provide all Wales coverage (see 11.2.4 for details of geographical zoning)

II.2.4) Description of the procurement

This Framework lot is for the supply and distribution of chilled ready to eat foods (including chilled cooked meats, pies, soups, deli ranges, and savouries). There are 32 geographical zones within this lot with the following indicative expenditure values by Zone for the term of the framework agreement (2 years):-

Values quoted are GBP

Zone 1 Blaenau Gwent:- 36,000

Zone 2 Bridgend:- 144,000

Zone 3 Caerphilly:- 144,000

Zone 4 Cardiff:- 144,000

Zone 5 Carmarthenshire:- 90,000

Zone 6 Ceredigion:- 90,000

Zone 7 Conwy:- 36,000

Zone 8 Denbighshire:- 90,000

Zone 9 Flintshire:- 36,000

Zone 10 Gwynedd:- 36,000

Zone 11 Isle Of Anglesey:- 36,000

Zone 12 Merthyr Tydfil:- 144,000

Zone 13 Monmouthshire:- 90,000

Zone 14 Neath Port Talbot:- 36,000

Zone 15 Newport:- 90,000

Zone 16 Pembrokeshire:- 36,000

Zone 17 Powys– North:- 36,000

Zone 18 Powys – South:- 36,000

Zone 19 Rhondda Cynon Taf:- 144,000

Zone 20 City and County of Swansea:- 144,000

Zone 21 Torfaen:- 36,000

Zone 22 Vale of Glamorgan:- 36,000

Zone 23 Wrexham:- 90,000

Zone 24 Abertawe Bro Morgannwg University Health Board:- 320,000

Zone 25 Aneurin Bevan Health Board:- 240,000

Zone 26 Betsi Cadwaladr University Health Board:- 320,000

Zone 27 Cardiff and Vale University Health Board:- 240,000

Zone 28 Cwm Taf Health Board:- 240,000

Zone 29 Hywel Dda Health Board:- 160,000

Zone 30 Powys Teaching Health Board:- 48,000

Zone 31 Velindre NHS Trust:- 32,000

Zone 32 All Wales:- 3,400,000

The aforementioned Lots and their associated Geographical Zones are not restricted to specific Customer Organisations i.e. Customer Organisations can commission through any of the lots and the associated geographical zones.

The purpose of this procurement is to identify Bidders which represents, from the point of view of the NPS and representatives from its Customer Organisations, the most economically advantageous solution for the supply and distribution of specified delivered products as specified within this ITT.

The NPS intends to award this lot to a maximum of 5 Framework Providers per geographical zone.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical and Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 3 400 000.00  GBP

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

Start: 27/07/2017

End: 26/07/2019

This contract is subject to renewal: Yes

Description of renewals:

The period of the Framework Agreement will be awarded on the basis of an initial period of two (2) years with an option for the NPS to extend the Framework Agreement up to a further one (1) + one (1) years.

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.2.13) 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:

NPS will only accept certification to the following standards:·

BRC Global Standard for Food Safety (Issue 7) ·

BRC Global Standard for Storage & Distribution (Issue 3) ·

BRC Global Standards for Agents & Brokers (Issue 1) ·

STS Code of Practice & Technical Standard for Suppliers to the Public Sector ·

STS Code of Practice for Manufacture, Distribution & Supply of Food Ingredients by Small or Regional Suppliers (small and micro suppliers only) ·

SALSA (Issue 4) (small and micro suppliers only).

NO OTHER AUDIT CERTIFICATION WILL BE ACCEPTED.

IF YOU DO NOT HOLD CERTIFICATION LISTED ABOVE PRIOR TO THE TENDER SUBMISSION DEADLINE THIS WILL RESULT IN YOUR BID NOT BEING SUBJECTED TO FURTHER EVALUATION, AS THIS IS A MANDATORY REQUIREMENT AND THEREFORE THIS WOULD CONSTITUTE A NON-COMPLIANT BID.

If Bidders hold BRC or SALSA certification, this must have also been approved by STS prior to tender submission.

IMPORTANT NOTE: BIDDERS WILL NEED TO GAIN STS APPROVAL PRIOR TO THE TENDER SUBMISSION DEADLINE.

STS APPROVAL IS A MANDATORY REQUIREMENT AND THEREFORE IF THIS IS NOT HELD AT THE POINT OF TENDER SUBMISSION THIS WOULD CONSTITUTE A NON-COMPLIANT BID.

Failure to gain STS approval prior to the tender submission deadline will result in the bid not being subjected to further evaluation.

For further guidance please see STS link below: http://www.sts-solutions.co.uk¬/ Prior to award stage if you are successful NPS will request a copy of the certification/approval by STS.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As set out in the procurement documents


Minimum level(s) of standards required:

As set out in the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As set out in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Details of the conditions are set out in the procurement documents. These may include conditions relating to social, environmental and/or employment-related considerations.

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:

2016/S 214-389414

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

Date: 13/06/2017

Local time: 14:00

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

EN

CY

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/06/2017

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The term of the Framework Agreement is for an initial period of two years with the ability to extend for up to a further two years (year on year extension).

Therefore this Framework Agreement will be re procured on this basis

VI.3) Additional information

The Framework will be open for use by the following Welsh Bodies:

-Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers

-The Welsh Assembly Commission

-Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government

-UK Government, their agencies, companies and limited liability partnerships or other entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales. Non-ministerial governmental departments which operate devolved offices in Wales

-Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales

-Bidders should note that neither Caerphilly County Borough Council nor Gwynedd Council will be using this framework. However both councils reserve the right to use the framework in the future.

-Contracting authorities established for the provision of culture, media and sport in Wales

-NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales

-Higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales

-Police and crime commissioners and police forces in England and Wales; national park, and fire and rescue authorities in Wales

-Wales Council for Voluntary Action and associated bodies

-Registered social landlords on the Welsh Government maintained register.

-Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)

-HM Inspectorate of Schools in Wales (Estyn);

-One Voice Wales (Town & Community Councils) and town & community councils in Wales

-Where applicable, the above shall include subsidiaries of the contracting authority at any level.

In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into specific contracts under this Contract.

The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this Contract.

The National Procurement Service (NPS) will be holding the following Bidder Information Events:-

22/05/2017 at Rhymney 1, Welsh Government Offices, Ty Afon, Bedwas Road, Bedwas, Caerphilly, CF83 8WT

23/05/2017 at Stradey Park Hotel, Furnace, Llanelli.

SA15 4HA

24/05/2017 at Metropole Hotel, Temple Street, Llandrindod Wells, Powys, LD1 5DY

25/05/2017 at Parc Eirias,Abergele Road, Colwyn Bay,LL29 7SP

To register you interest please either email NPSFood@wales.gsi.gov.uk or respond through the etenderwales portal by 18/05/2017 17.00hrs.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=64378

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Community benefits will be a non-core requirement of this Framework and will not be scored as part of the evaluation criteria. However, submissions of a non- Core Community Benefits proposal will be a condition of a compliant bid.

(WA Ref:64378)

The buyer considers that this contract is suitable for consortia bidding.

VI.4) Procedures for review

VI.4.1) Review body

see VI.4.3 below

see VI.4.3 below

UK

Telephone: +44 3007900170

Internet address(es)

URL: http://npswales.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Bidders. The Public Contracts Regulations 2015 (SI 2015 no 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or doer the contracting authority to amend any document and may awarded damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective”.

VI.5) Date of dispatch of this notice

10/05/2017

Coding

Commodity categories

ID Title Parent category
15100000 Animal products, meat and meat products Food, beverages, tobacco and related products
15550000 Assorted dairy products Dairy products
15131220 Bacon Meat preserves and preparations
15111100 Beef Bovine meat
15131600 Beef and veal products Meat preserves and preparations
15131640 Beefburgers Meat preserves and preparations
15131134 Black pudding and other blood sausages Meat preserves and preparations
15543100 Blue cheese Grated, powdered, blue-veined and other cheese
15111000 Bovine meat Meat
15811100 Bread Bread products
15811000 Bread products Bread products, fresh pastry goods and cakes
15810000 Bread products, fresh pastry goods and cakes Miscellaneous food products
15530000 Butter Dairy products
15551500 Buttermilk Yoghurt and other fermented milk products
15812200 Cakes Pastry goods and cakes
03200000 Cereals, potatoes, vegetables, fruits and nuts Agricultural, farming, fishing, forestry and related products
15543200 Cheddar cheese Grated, powdered, blue-veined and other cheese
15540000 Cheese products Dairy products
15112130 Chickens Poultry
03222200 Citrus fruit Fruit and nuts
15512300 Clotted cream Cream
15542100 Cottage cheese Fresh cheese
15512000 Cream Milk and cream
15821130 Crispbread Toasted bread products and pastry goods
15500000 Dairy products Food, beverages, tobacco and related products
15896000 Deep-frozen products Miscellaneous food products and dried goods
15894700 Delicatessen Processed food products
15833100 Desserts Sugar products
15512200 Double cream Cream
03212210 Dried leguminous vegetables Potatoes and dried vegetables
03212200 Dried leguminous vegetables and pulses Potatoes and dried vegetables
15112140 Ducks Poultry
03142500 Eggs Animal products
15542300 Feta cheese Fresh cheese
03311000 Fish Fish, crustaceans and aquatic products
15210000 Fish fillets, fish livers and roe Prepared and preserved fish
15119600 Fish meat Various meats
03311200 Fish of the cod family Fish
15891200 Fish soups Soups and broths
03311100 Flat fish Fish
15551320 Flavoured yoghurt Yoghurt and other fermented milk products
15000000 Food, beverages, tobacco and related products Agriculture and Food
15542000 Fresh cheese Cheese products
03333000 Fresh cows milk Farm animal products
03331000 Fresh milk from sheep and goats Farm animal products
15331100 Fresh or frozen vegetables Processed vegetables
15112100 Fresh poultry Poultry
15220000 Frozen fish, fish fillets and other fish meat Prepared and preserved fish
15331170 Frozen vegetables Processed vegetables
03222000 Fruit and nuts Vegetables, fruits and nuts
15320000 Fruit and vegetable juices Fruit, vegetables and related products
03111800 Fruit seeds Seeds
03221200 Fruit vegetables Vegetables
15511500 Full-cream milk Milk
15119300 Game Various meats
15131210 Gammon Meat preserves and preparations
03331200 Goats milk Fresh milk from sheep and goats
15543300 Grated cheese Grated, powdered, blue-veined and other cheese
15543000 Grated, powdered, blue-veined and other cheese Cheese products
15131410 Ham Meat preserves and preparations
15895100 Hamburgers Fast-food products
15872300 Herbs Herbs and spices
15872000 Herbs and spices Condiments and seasonings
15115100 Lamb Lamb and mutton
15115000 Lamb and mutton Meat
15431100 Margarine Margarine and similar preparations
15431000 Margarine and similar preparations Edible fats
15110000 Meat Animal products, meat and meat products
15891100 Meat soups Soups and broths
15511000 Milk Milk and cream
15510000 Milk and cream Dairy products
15891300 Mixed soups Soups and broths
15813000 Morning goods Bread products, fresh pastry goods and cakes
15114000 Offal Meat
15511100 Pasteurised milk Milk
15812000 Pastry goods and cakes Bread products, fresh pastry goods and cakes
15812120 Pies Pastry goods and cakes
15113000 Pork Meat
15131400 Pork products Meat preserves and preparations
03212000 Potatoes and dried vegetables Cereals and potatoes
15112000 Poultry Meat
15131500 Poultry products Meat preserves and preparations
15131135 Poultry sausages Meat preserves and preparations
15200000 Prepared and preserved fish Food, beverages, tobacco and related products
15811500 Prepared bread products Bread products
15894200 Prepared meals Processed food products
15131490 Prepared pork dishes Meat preserves and preparations
15811200 Rolls Bread products
03221100 Root and tuber vegetables Vegetables
03221110 Root vegetables Vegetables
15820000 Rusks and biscuits; preserved pastry goods and cakes Miscellaneous food products
03221320 Salad leaves Vegetables
15131130 Sausages Meat preserves and preparations
15812121 Savoury pies Pastry goods and cakes
03312200 Shellfish Crustaceans
15512100 Single cream Cream
15511300 Skimmed milk Milk
15542200 Soft cheese Fresh cheese
15891400 Soups Soups and broths
15891000 Soups and broths Miscellaneous food products and dried goods
15511200 Sterilised milk Milk
15812122 Sweet pies Pastry goods and cakes
15541000 Table cheese Cheese products
15821110 Toasted bread Toasted bread products and pastry goods
15821100 Toasted bread products Toasted bread products and pastry goods
15821000 Toasted bread products and pastry goods Rusks and biscuits; preserved pastry goods and cakes
03222110 Tropical fruit Fruit and nuts
03222100 Tropical fruit and nuts Fruit and nuts
03221120 Tuber vegetables Vegetables
15112120 Turkeys Poultry
15511210 UHT milk Milk
15551310 Unflavoured yoghurt Yoghurt and other fermented milk products
15119000 Various meats Meat
15891900 Vegetable soups Soups and broths
03221000 Vegetables Vegetables, fruits and nuts
03220000 Vegetables, fruits and nuts Cereals, potatoes, vegetables, fruits and nuts
15512900 Whipping cream Cream
15551300 Yoghurt Yoghurt and other fermented milk products
15551000 Yoghurt and other fermented milk products Assorted dairy products

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.

Document family

Notice details
Publication date:
12 May 2017
Deadline date:
20 June 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
02 June 2017
Notice type:
14 Corrigendum
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
11 April 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSFood@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
31/05/2017 16:25
Notice date(s) changed
IV.2.2) Time limit
Old date: 13/06/2017 14:00
New date: 20/06/2017 14:00

IV.2.7) Conditions for opening of tenders
Old date: 13/06/2017 15:00
New date: 20/06/2017 15:00

II.2.7) Duration Start (Lot 1)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 1)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 2)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 2)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 3)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 3)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 4)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 4)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 5)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 5)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 6)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 6)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 7)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 7)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 8)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 8)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 9)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 9)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 10)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 10)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 11)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 11)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 12)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 12)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 13)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 13)
Old date: 26/07/2019
New date: 28/08/2019

II.2.7) Duration Start (Lot 14)
Old date: 27/07/2017
New date: 29/08/2017

II.2.7) Duration End (Lot 14)
Old date: 26/07/2019
New date: 28/08/2019

After considering very carefully the volume and content of clarifications from bidders, the NPS have made a decision to extend for tender submissions by a calendar week which affects the tender return date and start dates.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.