Vending Solutions (Ангилья - Тендер #51686552) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51686552 Дата публикации: 23-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
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) CommunicationThe 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
National or federal agency/office
I.5) Main activityHealth
Section II: Object II.1) Scope of the procurement II.1.1) TitleVending Solutions
II.1.2) Main CPV code15000000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionNHS Supply Chain: Food seeks to establish a Non-exclusive Framework Agreement for the supply of Vending Solutions to Trusts within the NHS (the “Customer(s)”). via the Direct Route covering products from the following categories:
Cold Drinks, Snacks and Confectionery Vending Machines, Chilled Food Vending Machines, Hot Food Vending Machines, Hot Beverage Machines, Coffee Shop Solutions, Ward Beverage Trolleys, Water Dispensers, Reverse Vending, Smart Technology & Shop Solutions, Maintenance and Service.
The awarded suppliers will be responsible for the supply (as a result of re-opening of competition or direct award) who will deliver and manage Vending Solutions into the NHS and its Trusts for their catering needs.
It is anticipated that in the first 18 months the value of the Framework Agreement will be in the region of £9,750,000. This is based on the Trusts currently using the NHS Supply Chain: Food’s framework.
For the full 48 month term (if extended) the anticipated value of the Framework Agreement will be in the region of £26,000,000.
These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.
II.1.5) Estimated total valueValue excluding VAT: 26 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleCold Drinks, Snacks and Confectionery Vending Machines
II.2.2) Additional CPV code(s)15000000
15894500
42200000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Cold drinks, Snacks and Confectionery Vending Machines including but not limited to Cold Drinks Vending Machines, Snacks Vending Machines, Cold Drinks & Snacks Combination Vending Machines and Iced Drinks Vending Machines.
The value for the first 18 months is anticipated to be £2,437,500 and £6,500,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 6 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleChilled & Hot Food Vending Machines
II.2.2) Additional CPV code(s)15000000
15894500
42200000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Chilled & Hot Food Vending Machines Including but not limited to Chilled Food Vending Machines, Chilled Food refrigerated pods/lockers, Hot Food Vending Machines, Hot Soup Server and Ambient Food Pods/Lockers.
The value for the first 18 months is anticipated to be £1,462,500 and £3,900,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 3 900 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleHot Beverage Machines
II.2.2) Additional CPV code(s)15000000
15894500
42200000
42933000
51542200
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Hot Beverage Machines Including but not limited to Instant Coffee Machines. Bean to Cup Coffee Machines, Pod/Sachet Coffee Machines and Hot Beverage Accessories.
The value for the first 18 months is anticipated to be £2,145,000 and £5,720,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 5 720 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.1) TitleCoffee Shop Solutions
II.2.2) Additional CPV code(s)15000000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Coffee Shop Solutions Including but not limited to Hospital Own Brand Coffee Shops and Branded Franchise Coffee Shops.
The value for the first 18 months is anticipated to be £292,000 and £780,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 780 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 month
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 5
II.2.1) TitleWard Beverage Trolleys
II.2.2) Additional CPV code(s)42200000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Ward Beverage Trolleys.
The value for the first 18 months is anticipated to be £1,462,500 and £3,900,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 3 900 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 6
II.2.1) TitleWater Dispensers
II.2.2) Additional CPV code(s)31141000
44162500
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Water Dispensers Including but not limited to Bottle Fed Water Cooler, Plumbed Water Dispensers, Water Bottle Filling Station, Bagged Water Coolers, Plumbed Water Fountain, Multi-Temperature Water Dispensers and Hot Water Boilers.
The value for the first 18 months is anticipated to be £292,500 and £780,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 780 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 7
II.2.1) TitleReverse Vending
II.2.2) Additional CPV code(s)15000000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Reverse Vending Including but not limited to Reverse Vending Compactors.
The value for the first 18 months is anticipated to be £97,500 and £260,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 260 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 8
II.2.1) TitleSmart Technology & Shop Solutions
II.2.2) Additional CPV code(s)15000000
15894500
42200000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Smart Technology & Shop Solutions Including but not limited to Hospital Own Brand Smart Technology Shop, Branded Franchise Smart Technology Shops, Frictionless Retail, Unattended Retail Solutions and Accessories.
The value for the first 18 months is anticipated to be £97,500 and £260,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 260 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 9
II.2.1) TitleMaintenance & Service
II.2.2) Additional CPV code(s)15000000
31141000
42933000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot will cover Maintenance & Service including but not limited to Vending Machines Servicing & Maintenance, Ward Beverage Trolley Service & Maintenance, Water Dispenser Servicing & Maintenance, Coffee Machine Servicing & Maintenance, Smart Technology and Shop Solution Service & Maintenance and Reverse Vending Servicing & Maintenance.
The value for the first 18 months is anticipated to be £1,462,500 and £3,900,000 for the full 48 months (if extended).
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 3 900 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will have an initial term of 18 months with an option to extend incrementally for up to a further 30 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The Framework Agreement will have the option to extend incrementally for up to a further 30 months.
The contract will be for a maximum term of 48 months.
II.2.13) Information about European Union fundsThe 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 registersList 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 standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
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 procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe 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 procedureNotice number in the OJ S:
2023/S 000-035351
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 25/03/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 7 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 26/03/2024
Local time: 09:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationSubmission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions below on how to Express Interest and Intend to Respond:
Selection Questionnaire
1. Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an ITT titled ‘Vending Solutions’, click into this.
2. Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.
3. Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.
Lots
Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find 9 ITTs which are the Lots for this Framework Agreement. The ITTs will have the following titles:
Lot 1 - Cold Drinks, Snacks and Confectionery Vending Machines
Lot 2 - Chilled & Hot Food Vending Machines
Lot 3 - Hot Beverage Machines
Lot 4 - Coffee Shop Solutions
Lot 5 - Ward Beverage Trolleys
Lot 6 - Water Dispensers
Lot 7 - Reverse Vending
Lot 8 - Smart Technology & Shop Solutions
Lot 9 - Maintenance and Service
Once you have clicked into your chosen Lot(s), click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.
Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.
Submission instructions for this procurement will be included within the Invitation to Tender document.
Please ensure to download and read all documents contained within the Attachments area.
Details of how to submit your response can be found within the Invitation to Tender
document.
For any technical help with the portal please contact: Tel: 0800 069 8630 or email:
help_uk@jaggaer.com
VI.4) Procedures for review VI.4.1) Review bodyN/A
N/A
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as
amended)
VI.5) Date of dispatch of this notice22/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | governance@supplychain.nhs.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 44162500 | Drinking-water piping | Piping |
| 15000000 | Food, beverages, tobacco and related products | Agriculture and Food |
| 51542200 | Installation services of beverage-processing machinery | Installation services of food-, beverage- and tobacco-processing machinery |
| 42200000 | Machinery for food, beverage and tobacco processing and associated parts | Industrial machinery |
| 42933000 | Vending machines | Centrifuges, calendering or vending machines |
| 15894500 | Vending-machine ingredients | Processed food products |
| 31141000 | Water coolers | Cooling towers |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |