web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Caerphilly: Food, beverages, tobacco and related products

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 091-179680/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: The Welsh Ministers — National Procurement Service (Welsh Government)
Postal address: T’yr Afon, Bedwas Road
Town: Caerphilly
Postal code: CF83 8WT
Country: United Kingdom
Contact Person: Jessica Bearman
Email: NPSFood@wales.gsi.gov.uk
Nuts code: UKL
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
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 Site registration is free of charge.
II.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Fresh and Frozen Poultry

Lot No:5
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 4000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Prepared Fruit, Vegetables Salad and Herbs

Lot No:8
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 3000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh Fish

Lot No:9
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh Milk, Dairy Products and Eggs

Lot No:10
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 16600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh Dairy Products & Eggs

Lot No:12
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 6000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Bread, Rolls, Cakes and Morning Goods

Lot No:13
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 2800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Chilled Ready to Eat Foods (including chilled cooked meats, pies, soups, deli ranges and savouries)

Lot No:14
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 3400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: All Fresh Food And Beverages (Including Frozen Meat)

Lot No:1
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 -Name: Technical / Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 47200000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh and Frozen Meat

Lot No:3
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 8000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh and Frozen Pork Products

Lot No:4
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 4000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh and Frozen Meat, Pork Products and Poultry

Lot No:2
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 16000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh and Prepared Fruit, Vegetables Salad and Herbs

Lot No:6
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 8000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh Fruit Vegetables Salad and Herbs

Lot No:7
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 5000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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
II.2.1) Title: Fresh Milk

Lot No:11
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 -Name: Technical and Quality/Weighting:70
Price – Weighting:30
II.2.6) Estimated value:
Value excluding VAT: 10600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-07-27End: 2019-07-26
This contract is subject to renewalyes 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: ¬/ 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 possibly 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.2.2) 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
Framework agreement with several operators
IV.1.8) Information about the 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: 2017-06-13 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 tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-06-13 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.
IV.2) Information about electronic workflows
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
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: see VI.4.3 below
Town: see VI.4.3 below
Country: United Kingdom
Telephone: +44 3007900170
Internet address:

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:2017-05-10