Skip to main content.

UK Research & Innovation: UKRI-3727 Framework Agreement for the provision of The British Antarctic Survey (BAS) Food supplies

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-3727 Framework Agreement for the provision of The British Antarctic Survey (BAS) Food supplies
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Supplies
Procedure: Open
Short Description: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of The British Antarctic Survey (BAS) Station and Ships: dry, frozen,bonded and non-food catering related provisions.
Published: 17/01/2025 16:36
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Cambridge: Food, beverages, tobacco and related products.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             British Antarctic Survey, High Cross, Madingley Road, Cambridge, CB3 0ET, United Kingdom
             Tel. +44 1235446553, Email: nercprocurement@ukri.org
             Contact: Helen Forsythe
             Main Address: www.ukri.org
             NUTS Code: UKH12
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Food%2C-beverages%2C-tobacco-and-related-products./63BK72PF99
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Food%2C-beverages%2C-tobacco-and-related-products./63BK72PF99 to the address as in Annex A.III       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UKRI-3727 Framework Agreement for the provision of The British Antarctic Survey (BAS) Food supplies       
      Reference Number: UKRI-3727
      II.1.2) Main CPV Code:
      15000000 - Food, beverages, tobacco and related products.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of The British Antarctic Survey (BAS) Station and Ships: dry, frozen,bonded and non-food catering related provisions.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of The British Antarctic Survey (BAS) Station and Ships: dry, frozen,bonded and non-food catering related provisions.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: One further 12-month period from Commencement Date of the Agreement.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/02/2025 Time: 09:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 20/02/2025
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2029
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Cambridge:-Food%2C-beverages%2C-tobacco-and-related-products./63BK72PF99

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/63BK72PF99
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research and Innovation
       Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom
       Tel. +44 1235446553, Email: commercial@ukri.org
       Internet address: www.ukri.org
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/01/2025

Annex A

   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
       UK Research and Innovation
       Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom
       Tel. +44 1235446553, Email: commercial@ukri.org
       Main Address: https://www.ukri.org
       NUTS Code: UKK14

View any Notice Addenda

View Award Notice

UK-Cambridge: Food, beverages, tobacco and related products.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research & Innovation
       British Antarctic Survey, High Cross, Madingley Road, Cambridge, CB3 0ET, United Kingdom
       Tel. +44 1235446553, Email: nercprocurement@ukri.org
       Contact: Helen Forsythe
       Main Address: www.ukri.org
       NUTS Code: UKH12

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Research

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: UKRI-3727 Framework Agreement for the provision of The British Antarctic Survey (BAS) Food supplies            
      Reference number: UKRI-3727

      II.1.2) Main CPV code:
         15000000 - Food, beverages, tobacco and related products.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of The British Antarctic Survey (BAS) Station and Ships: dry, frozen,bonded and non-food catering related provisions.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of The British Antarctic Survey (BAS) Station and Ships: dry, frozen,bonded and non-food catering related provisions.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Methodology and Project Plan / Weighting: 20
      Cost criterion - Name: Sustainable Food Strategy / Weighting: 10
      Cost criterion - Name: Waste Reduction / Weighting: 10
      Cost criterion - Name: Approach / Weighting: 10
      Cost criterion - Name: Continuous Improvement / Weighting: 15
      Cost criterion - Name: Social Value / Weighting: 10
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:One further 12-month period from Commencement Date of the Agreement.

      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.2.14) Additional information: Delivery to UK port – Harwich International Port, Essex.
Post code CO12 4SR


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2025/S 000-001792
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/04/2025

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Turner Price Limited, 02732141
             Wiltshire Road, Hull, HU4 6PD, United Kingdom
             NUTS Code: UKE11
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=941357272
   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research and Innovation
          Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom
          Tel. +44 1235446553, Email: commercial@ukri.org
          Internet address: www.ukri.org

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 14/04/2025