
Market Leads & Opportunities
United Kingdom-Oldham: Supply and Distribution of Fruit and Vegetables & Misc. Chilled Foods
Type of document: Contract award
Country: United Kingdom
Publication Ref: (2023/S 000-026893/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Saint John Henry Newman Catholic College
Postal address: Off Canon Dolan Way, Chadderton
Town: Oldham
Postal code: OL9 9QY
Country: United Kingdom
Telephone: +44 1617853112
Email: enquiries@newmanrc.oldham.sch.uk
Internet address(es):
Main address: www.newmanrc.oldham.sch.uk
Address of the buyer profile: www.newmanrc.oldham.sch.uk
Official name: Public Sector
Postal address: Off Canon Dolan Way
Town: Oldham
Postal code: OL9 9QY
Country: United Kingdom
Telephone: +44 7545051912
Email: darron.bibby@dukefieldfoodservice.com
Internet address(es):
Main address: www.newmanrc.oldham.sch.uk
Address of the buyer profile: www.newmanrc.oldham.sch.uk
Official name: Dukefield FoodService
Postal address: New Road
Town: Bolton
Postal code: BL1 4RA
Country: United Kingdom
Telephone: +44 1204374060
Email: darron.bibby@fsoptions.com
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Education
Postal address: Off Canon Dolan Way
Town: Oldham
Postal code: OL9 9QY
Country: United Kingdom
Telephone: +44 7545051912
Email: darron.bibby@dukefieldfoodservice.com
Internet address(es):
Main address: www.newmanrc.oldham.sch.uk
Address of the buyer profile: www.newmanrc.oldham.sch.uk
I.2) Joint Procurement:
The contract involves joint procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Distribution of Fruit and Vegetables & Misc. Chilled Foods
Reference number: CA12718 – SJHNCC/DF/FAVAMCF – 2023
II.1.2) Main CPV code: 15300000
II.1.3) Type of contract Supplies
II.1.4) Short Description: This Framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs of Saint John Henry Newman Catholic College it is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Blackpool Council, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at
The framework will be let across nine Lots, with a maximum of 3 suppliers awarded a place on each of the Lots.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
II.2) Description
II.2.1) Title: Lot 1 – North West & Cumbria
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:Cumbria
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 2 – East, North, West Yorkshire
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:west yorkshire
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 3 – East Midlands
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:east midlands
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 4 – West Midlands
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:west midlands
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 5 – South Yorkshire
Lot No:5
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:South Yorkshire
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 6 – North East
Lot No:6
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:north east
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 7 – South East
Lot No:7
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:south east
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 8 – South West
Lot No:8
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:south west
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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: Lot 9 – Greater London
Lot No:9
II.2.2)Additional CPV code(s)
Main CPV code: 15300000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:london
II.2.4) Description of the procurement
This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2×12 month(s)
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 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
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2023/S 000-022795
Section V: Award of contract
Contract No: CA12718
Lot No: 1
Title: Lot 1 – North West & Cumbria
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 2
Title: Lot 2 – East, North, West Yorkshire
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 3
Title: Lot 3 – East Midlands
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 4
Title: Lot 4 – West Midlands
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 5
Title: Lot 5 – South Yorkshire
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 6
Title: Lot 6 – North East
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 7
Title: Lot 7 – South East
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 8
Title: Lot 8 – South West
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Contract No: CA12718
Lot No: 9
Title: Lot 9 – Greater London
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information:
The framework is being delivered through Saint John Henry Newman Catholic College and its partners Dukefield Foodservice Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Foodservice Ltd are acting as agents of Saint John Henry Newman Catholic College in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement
documentation suppliers must register their company details on the Sourcing Cloud system at:
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Saint John Henry Newman Catholic College expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the Contracting Authorities requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is third place.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Saint John Henry Newman Catholic College
Postal address: Off Canon Dolan Way, Chadderton
Town: Oldham
Postal code: OL9 9QY
Country: United Kingdom
Telephone: +44 1617858858
E-mail: admin@newmanrc.oldham.sch.uk
Internet address: WWW.NEWMANRC.OLDHAM.SCH.UK
VI.4.2) Body responsible for mediation procedures
Official name: Saint John Henry Newman Catholic College
Postal address: Off Canon Dolan Way, Chadderton
Town: Oldham
Postal code: OL9 9QY
Country: United Kingdom
Telephone: +44 1617858858
E-mail: admin@newmanrc.oldham.sch.uk
Internet address: WWW.NEWMANRC.OLDHAM.SCH.UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedure
Saint John Henry Newman Catholic College will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are
unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and
Northern Ireland). Any action must be generally brought within 3 months. If a declaration of
ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the
Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Saint John Henry Newman Catholic College
Postal address: Off Canon Dolan Way, Chadderton
Town: Oldham
Postal code: OL9 9QY
Country: United Kingdom
Telephone: +44 1617858858
E-mail: admin@newmanrc.oldham.sch.uk
Internet address: WWW.NEWMANRC.OLDHAM.SCH.UK
VI.5) Date of dispatch of this notice:
2023-09-12
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >