Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scotland Excel
Cotton Street
Paisley
PA4 0XG
UK
E-mail: education.corporate@scotland-excel.org.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.scotland-excel.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Delivery of Catering Sundries
Reference number: 1223
II.1.2) Main CPV code
39222100
II.1.3) Type of contract
Supplies
II.1.4) Short description
This Contract Notice is in relation to the renewal framework for Catering Sundries. It is anticipated that the scope of materials covered under the framework will include, but not be limited to Catering Disposables, Catering Sundries, Insulated containers and Trolleys to all 32 member councils in Scotland, Tayside Contracts, all associate members of Scotland Excel and cross collaborating authorities.
II.1.5) Estimated total value
Value excluding VAT:
18 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Catering Recyclables
II.2.2) Additional CPV code(s)
39221130
39222120
39222110
33772000
39222200
32354800
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland
II.2.4) Description of the procurement
This Contract notice is in relation to the renewal framework for Catering Sundries. The scope covered under this lot will include but not limited to disposable/recyclable containers, disposables/recyclable pots, disposable/recyclable lids, disposable/recyclable cups, sealing equipment (cling film), disposable/recyclable baking items, gloves, wipes and aprons
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
11 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Catering Sundries
II.2.2) Additional CPV code(s)
39221180
39299000
39221110
39221200
39240000
39241120
39513200
39220000
39222000
39221100
39241000
39241100
39241110
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland
II.2.4) Description of the procurement
This Contract notice is in relation to a renewal framework for Catering Sundries. The scope of materials covered under this lot will include but not be limited to baking equipment, oven gloves, aluminium cookware, stainless steel cookware, crockery, glassware, kitchen knives, basins/bowls, can openers, scissors and kitchen ware
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
6 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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.1.2) Economic and financial standing
List and brief description of selection criteria:
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing
selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards required:
INSURANCE REQUIREMENTS:
Tenderers must confirm that they already have, or can commit to obtain prior to the commencement of the framework contract the following types and minimum levels of insurance cover on terms compatible with the requirements of the conditions of contract:-
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence.
PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of
Products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit
to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.
LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of contract. FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the
tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting
within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable
risk should it be appointed on to the proposed Framework Agreement.
Equifax's protect is a fraud indicator/credit risk search and analysis
of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected
data; and bureau information. For full details please see the Procurement Documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.
-SPD (Scotland) Question 4C.10 – Subcontracting
-SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures
-SPD (Scotland) Question 4D.2 - Environmental Management Standards
Minimum level(s) of standards required:
SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off
under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do
not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts
of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of
compliance in accordance with BSEN ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is
periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of
compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This
policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response
procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example
hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate
of compliance in accordance with ISO45001 (or equivalent) or have, within the last 12 months, successfully met the assessment
requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or
equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels
within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities
of health and safety management and compliance with legislation.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
For full details of the terms and conditions relevant to the proposed Framework and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section " “I.3 (Communication” of this Contract Notice). Tenderers require to confirm their acceptance of the terms and conditions. TENDERS MADE SUBJECT TO CONDITIONS MAY NOT BE CONSIDERED AND MAY BE REFUSED ON THE GROUNDS OF SUCH CONDITIONS ALONE .
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 with several operators.
IV.1.8) Information about 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:
2023/S 000-035312
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/08/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):
A) The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx
B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx
C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.
D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator: http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.
E) Tayside Contracts
F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.
G) Scottish Prison Service (SPS) and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service;
H) Scottish National Health Service Authorities and Trusts
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Retrospective rebates apply to this framework. For further details, please see the Special Conditions of Contract
Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.
Tenderers are advised that whether electronic auction, electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed Framework Agreement.
IMPORTANT NOTE FOR TENDERERS: Particular requirements apply, including but not limited to, a Minimum Bid Requirement for all sub-lots. Further detailed information and instructions are contained within the tender documents.
Further information regarding the operation of the framework can be found within the tender documentation which is available in the relevant PCS-T project for this procurement exercise.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26352. 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:
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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community
benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of
community benefits in accordance with the methodology outlined in the tender documents
(SC Ref:759322)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Edinburgh
EH1 1RQ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
22/07/2024