United Kingdom-Glasgow: Seafood

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Glasgow: Seafood
OJEU (High Value) 325115-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-04 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Glasgow City Council
Postal address: Chief Executives Department, City Chambers
Town: Glasgow
Postal code: G2 1DU
Country: UK
Contact person: Denise Kyle
Telephone: +44 1412876428
E-mail: denise.kyle@ced.glasgow.gov.uk
NUTS code: UKM82
Main address: www.glasgow.gov.uk
Address of the buyer profile (URL): https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2.3) The contract is awarded by a central purchasing body

Communication
I.3) Procurement documents
(URL):https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Supply and Distribution of Fresh Fish and Shellfish

Reference number: GCC004879CPU PCS-T Project_16414

II.1.4) Short description
The supply and distribution of fresh fish and shellfish to Glasgow City Council including ALEOs. Service areas include but are not limited to cooking hub cook freeze, homes for life and encore catering who provide café and banqueting services within Glasgow Life venues and the City Chambers.

II.01) Estimated value excluding VAT:
GBP 378000

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKM82
NUTS code: UK
II.2.3.2) Main site or place of performance:
Glasgow, UK.

II.1.4) Short description
The supply and distribution of fresh fish and shellfish to council locations including cooking hub Cook Freeze who produce approximately 7 000 meals per day for schools, Early Years, Homes for Life and Day Care Centres. The successful bidder will also provide produce to Encore Catering, who offer café and banqueting services within Glasgow Life venues including gyms, the Glasgow Royal Concert Hall, City Halls, Glasgow City Chambers, Old Fruit Market, Mitchell Library, St Mungo's Museum of Religious Art and Life, Kelvinhall Gallery of Modern Art and Kelvingrove Art Gallery and Museum. The Burrell Collection, Emirates Arena, Tramway Theatre and the Lighthouse.

II.2.5) Award criteria:

Criteria: Quality weighting
Weighting: 55 %

Criteria: Supply chain resilience
Weighting: 8 %

Criteria: Operational service levels — contract management
Weighting: 14 %

Criteria: Scottish provenance
Weighting: 8 %

Criteria: Mobilisation of contract
Weighting: 5 %

Criteria: Preserving resources
Weighting: 3 %

Criteria: Co2 emissions, food miles and route planning
Weighting: 3 %

Criteria: Waste and recycling for a circular economy
Weighting: 4 %

Criteria: Fair work practice
Weighting: 5 %

Criteria: Supply chain traceability
Weighting: 5 %
Cost/Price
Weighting: 45 %
II.02.07) Duration in months 60
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
This contract is expected to run for 2 years. The council will have an option to extend the contract for three periods of up to 12 months each which will be exercised by the council serving notice on the bidder in accordance with the councils terms and conditions. Requirements will be retendered accordingly.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Non-core items that are not included within the core basket of goods may be requested from the successful bidder and product reviews will be conducted as per the terms of the contract.

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

Bidders note that Affiliated Bodies may participate in this contract: City Building (Contracts) LLP, City Building (Glasgow) LLP, Culture and Sport Glasgow (Branded as Glasgow Life), Culture and Sport Glasgow (Trading) CIC, City Parking (Glasgow) LLP, City Property (Glasgow) LLP, City Property (Investments) LLP and Jobs and Business Glasgow Ltd.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
N/A

III.1.2.3) List and brief description of selection criteria
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:

There is a minimum financial requirement that affects minimum turnover, trading performance and balance sheet strength. Financial requirements should be calculated on latest filed accounts with Company House.

III.1.2.4) Minimum level(s) of standards possibly required
Minimum turnover: applicants require a turnover level of at least GBP 500 000.

Trading performance: applicants must have attained the undernoted: positive pre-tax profits for the most recent financial year or an overall positive outcome on pre-tax profits over a 3-year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio pre-tax profit/turnover.

Balance sheet strength: net worth of the organisation must be positive. Intangibles can be included for purposes of the total assets figure. The above would be expressed in the ratio total assets/total liabilities.

Applicants who have been trading for less than 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.

Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfied the financial requirements stipulated above.

Insurance

Bidders shall take out and maintain throughout the period of their services employers liability insurance to the value of at least ten million pounds Sterling (GBP 10 000 000) in respect of any one event and unlimited in the period.

Bidders shall take out and maintain throughout the period of their services public liability insurance to the value of at least five million pounds Sterling (GBP 5 000 000) in respect of any one event and unlimited in the period.

Bidders shall take out and maintain throughout the period of their services products liability insurance to the value of at least five million pounds Sterling (GBP 5 000 000) in respect of any one event and in the aggregate.

Bidders shall take out and maintain throughout the period of their services, at least the statutory motor insurance cover as per the Road Traffic Act 1988.

The above insurances shall be with an insurance company registered with the financial conduct authority (FCA) in the UK or equivalent body for other EU member states by the council.

All vehicles used by the successful bidder require to meet the Euro 6 standard from the commencement of contract.

III.1.3.2) List and brief description of selection criteria
ESPD 4C.1.2 Statement

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the goods and service as described in part II.2.4) of the OJEU contract notice and further detailed within the invitation to tender document.

III.1.3.3) Minimum level(s) of standards possibly required
Please provide two relevant examples of supplies and/or services carried out in the past 5 years (examples from both public and/or the private sector).

Please note that the council are allowing examples carried out during the past 5-years instead of three years as stipulated on the online ESPD question. At least one example should be within the last 3 years and ideally, one example should be from the public sector. For each example, the following information should include but not be limited to:

1) an overview of the contract including:

(a) customer name,

(b) contract start date,

(c) contract end date,

(d) contract value,

(e) contract description,

(f) details of multi drop deliveries required up to 6 days per week.

The relevant examples that are provided should demonstrate the experience that your company has of delivering goods and the distribution thereof for contracts of a similar scale and nature.

Responses should not exceed 2 x A4 pages per example double sided and should be submitted in Ariel font 11. Where a submission exceeds the maximum number of pages requested, no account will be taken of the content of the contents beyond the maximum.

The weighting will be 50 % for each example, with 100 % attributed to the two examples required for this contract.

Minimum pass mark — a minimum combination pass mark of 60 % out of 100 % is required in total for this section. Any bidder who fails to achieve the minimum score for this question will be excluded at this stage.

III.2.2) Contract performance conditions
Please refer to the invitation to tender document.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Open

Notice number in the OJ S 2015/S 204-370216
IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-04
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 4
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-08-04
IV.2.7) Local time 12:00
IV.02.07) Place
Glasgow.


Section V: Complementary information



This contract is expected to run for 2 years. The council will have an option to extend the contract for three periods of up to 12 months each which will be exercised by the council serving notice on the bidder in accordance with the councils terms and conditions.

VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

All products supplied must be fresh therefore not previously frozen unless otherwise agreed. Fresh produce must comply in all respects with the relevant provisions of law, as amended, governing the quality of products for human consumption and labelling as follows:

(i) Food Safety Act 1990,

(ii) The Food Hygiene (Scotland) Regulations 2006,

(iii) EEC Regulations 852/2004, 853/2004 and 854/2004,

(iv) The General Food Regulations 2004,

(v) The Food Information Regulations 2014.

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement Document and contracting authority specific requirements can be found in the supplier guidance document which is located in the buyers attachment area of Public Contracts Scotland-Tender (PCS-T).

Freedom of Information Act — information on the FIO Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FIO Certificate (NB the council does not bind itself to withhold this information).

Tenderers Amendments — bidders must enter any clause, condition, amendment to specification or any other qualifications they may wish to make conditional on this offer.

Prompt Payment — the successful bidder shall, as a condition of being awarded the tender, be required to demonstrate to the councils satisfaction that all funds due to the tenderers permitted subcontractors in respect of the contract are paid timeously and that as a minimum invoices rendered by sub-contractors in respect of payments due to any sub subcontractors, if any. Bidders will be required to complete the prompt payment certificate.

Non-collusion — bidders will be required to complete the Non-collusion certificate.

Insurance Mandate — the successful bidder will be required to sign the Insurance Mandate contained in the buyers attachments area within PCS-T, authorising the council to request copies of insurance documents from the bidder’s insurance provider. If the mandate is not signed and returned, the council reserves the right to request copies of insurance certificates from the bidder at any point during the contract period.

Terms and Conditions — these are located with the attachments area of PCS-T.

Additional information pertaining to this contract notice is contained within the ITT and ESPD statements documents situated within the attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.

Bidders must provide pricing as instructed within the ITT and the commercial envelope within PCS-T. Failure to follow instructions may result a non-compliant bid that will be rejected and considered no further.

Bidders must complete Appendix 15 cost drivers located within the general attachments are of PCS-T as per instructions.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16414. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The council is seeking mandatory un-scored and voluntary community benefits. Details and instructions relating to community benefits are contained within the invitation to tender document and Appendix 03 that is located within the general attachments area of PCS-T.

(SC Ref:599469)


Review body:
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Postal address: PO Box 23 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: UK
E-mail: glasgow@scotcourts.gov.uk
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.3) Precise information on deadline(s) for review procedures
day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (‘The Regulations’). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court of the Court of Session where a consequence of a breach by the Council, suffers or risks suffering loss or damage.
th

The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the Dynamic Purchasing System unless the proceedings are determined, discontinued or disposed of: or

The court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic operators should be mindful to seek their own independent legal advise when they consider appropriate to do so.


Section VI

Date of dispatch of this notice : 2020-07-08

CPV Codes
15250000; 15000000; 15800000; 03312200; 03311000; 03311200; 15200000; 15211100; 15211000; Seafood; Food, beverages, tobacco and related products; Miscellaneous food products; Shellfish; Fish; Fish of the cod family; Prepared and preserved fish; Fresh fish fillets; Fish fillets;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.