Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Person cyswllt: Loraine Hartley
Ffôn: +44 1312756366
E-bost: loraine.hartley@nhs.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nhsscotlandprocurement.scot.nhs.uk/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publictenderscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publictenderscotland.publiccontractsscotland.gov.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Frozen Food
Cyfeirnod: NP7052025
II.1.2) Prif god CPV
15000000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Renewal of a National Framework (NP705)to cover a full range of Frozen Food products
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 26 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
15000000
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
NHS Scotland
II.2.4) Disgrifiad o’r caffaeliad
A range of Frozen Food to be use by health boards across Scotland Multi supplier Framework.
The Framework Agreement may be used by all mainland and Island NHS Scotland Health Boards and Special Boards (including the common services agency) and by all entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Boards, and the Authority or other NHS Organisations established pursuant to NHS (Scotland Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014. All Scottish Hospices.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Service
/ Pwysoliad: 20
Maen prawf cost: Price
/ Pwysoliad: 80
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 26 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.12) Gwybodaeth am gatalogau electronig
Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Total value shown is for the duration of the framework and based on 12 months’ suppliers spend data. The Framework period shall be for 4 years
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
See contract/tender documentation which incorporates requirements of the SPD
(Scotland) and the financial period for reporting is the previous 3 financial years
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
See contract/tender documentation which incorporates requirements of the SPD (Scotland)
Lefel(au) gofynnol y safonau sydd eu hangen:
A copy of a valid certificate issued within the last 12 months, certified by a UKAS accredited
Certification Body confirming that the
economic operators holds a relevant certificate to one of the following standards as
applicable:
BRC Global Standard for Food Safety (Issue 9);
BRC Global Standard for Storage and Distribution (Issue 4);
STS Code of Practice for Suppliers to the Public Sector (Version 11 or above)
SALSA (Issue 6) with additional bolt on which must include criteria for Listeria
monocytogenes; detection of all pathogens
Certification to any of the above standards must be maintained by suppliers at all times during the Framework agreement.
Our Supplier Assessment Agents, Micron2, will facilitate the management of certification and audits
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 3
IV.1.6) Gwybodaeth am arwerthiant electronig
Defnyddir arwerthiant electronig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
29/07/2025
Amser lleol: 10:30
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
29/07/2025
Amser lleol: 10:30
Place:
Gyle Square, South Gyle Crescent, Edinburgh
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Carried out by NSS National Procurement
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The Framework Agreement may be used by all mainland and island NHS Scotland Health Boards and Special Boards (including the
Common Services Agency) and by all entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS
Scotland Health Boards, Special Health Boards and the Authority or other NHS organisations established pursuant to the NHS (Scotland)
Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014. All Scottish
Hospices.
The indicative total contract value shown is based on a circa 6 500 000 GBP per annum over the indicated duration
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29465. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers
Respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall
Community Benefit concept and process including a contract and supplier management process post award
(SC Ref:798639)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
Ffôn: +44 1312252525
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made)applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information,
a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which
the authority despatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement.
The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings
to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the
authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are
entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within 15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not prevent the authority from awarding the framework agreement following the expiry of the standstill period. Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
20/06/2025