Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Council of the Borough of Kirklees
Town Hall, Ramsden Street
HUDDERSFIELD
HD1 2TA
UK
Contact person: Robert Baines
Telephone: +44 1484221000
E-mail: robert.baines@kirklees.gov.uk
NUTS: UKE44
Internet address(es)
Main address: https://www.kirklees.gov.uk
Address of the buyer profile: https://yortender.eu-supply.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://yortender.eu-supply.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://yortender.eu-supply.com
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Delivery of Ambient Food and High-Volume Grocery Supplies, Chilled and Frozen Food
Reference number: KMCCW-043
II.1.2) Main CPV code
15000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Contract for the Supply and Delivery of Ambient Food and High-Volume Grocery Supplies (lot 1) and Chilled and Frozen Foods (lot 2)
II.1.5) Estimated total value
Value excluding VAT:
15 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Interested Parties may submit Tenders for one or both Lots and may be awarded a Contract in respect of more than one Lot. Each lot will be evaluated separately; therefore, it is possible that a supplier may be awarded both lots. Contracts awarded for each Lot will be by way of separate Contracts.
II.2) Description
Lot No: 1
II.2.1) Title
Supply and Delviery of Ambeint Food and High Volume Grocery Supplies
II.2.2) Additional CPV code(s)
15820000
15830000
15840000
15850000
15860000
15870000
15890000
15980000
II.2.3) Place of performance
NUTS code:
UKE44
Main site or place of performance:
Kirklees, West Yorkshire, UK
II.2.4) Description of the procurement
Single source contract for the supply and delivery of ambient food and high volume grocery supplies to numerous locations and establishments throughout Kirklees and neighbouring districts.
The contract will included (but not limited to) the supply and delivery of the following food categories: ambient food products, packaged and tinned goods, soft drinks and bottled water (including premium products), confectionary and pre-wrapped snacks (including premium products), products for making hot beverages.
The anticipated commencement date for the Contract is 20 March 2023 for a period of 2 years. The Council may extend the contract for a period of up to 3 years, such period/multiple of periods is at the discretion of the Council, meaning the final possible expiry date is 19 March 2028.
The estimated value stated for this lot is the value over the 5 year life of the agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
7 250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The anticipated commencement date for the Contract is 20 March 2023 for a period of 2 years. The Council may extend the contract for a period of up to 3 years, such period/multiple of periods is at the discretion of the Council, meaning the final possible expiry date is 19 March 2028.
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
II.2.14) Additional information
Tenderers are invited to attend a briefing session at 10am on 6 October 2022 on the use of the Social Value Portal to aid completion of the Social Value element of the tender submission. Further information on how to access this session is available in the Invitation to tender document.
This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the
Goods described in the procurement documents which can be found at https://yortender.eusupply.com
Lot No: 2
II.2.1) Title
Supply and Delivery of Frozen & Chilled Foods
II.2.2) Additional CPV code(s)
15130000
15220000
15311000
15331170
15500000
15800000
II.2.3) Place of performance
NUTS code:
UKE44
Main site or place of performance:
Kirklees, West Yorkshire, UK
II.2.4) Description of the procurement
Single source contract for the supply and delivery of frozen and chilled foods to numerous locations and establishments throughout Kirklees and neighbouring districts.
The contract will included (but not limited to) the supply and delivery of the following food categories: frozen vegetables including potato products, frozen fruit, frozen fish products, frozen meat products, frozen bread products, frozen dessert products, chilled dairy products suchs as cheese, yogurt and margarine.
The anticipated commencement date for the Contract is 20 March 2023 for a period of 2 years. The Council may extend the contract for a period of up to 3 years, such period/multiple of periods is at the discretion of the Council, meaning the final possible expiry date is 19 March 2028.
The estimated value stated for this lot is the value over the 5 year life of the agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
8 250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The anticipated commencement date for the Contract is 20 March 2023 for a period of 2 years. The Council may extend the contract for a period of up to 3 years, such period/multiple of periods is at the discretion of the Council, meaning the final possible expiry date is 19 March 2028.
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
II.2.14) Additional information
Tenderers are invited to attend a briefing session at 10am on 6 October 2022 on the use of the Social Value Portal to aid completion of the Social Value element of the tender submission. Further information on how to access this session is available in the Invitation to tender document.
This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the
Goods described in the procurement documents which can be found at https://yortender.eusupply.com
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:
In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to
exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within theTenderers' Submission Document, which is available to download at: https://yortender.eusupply.com
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2022/S 000-020898
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/10/2022
Local time: 13:00
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:
27/10/2022
Local time: 13:01
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
Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contracts will be awarded on the basis of the Most Economically Advantageous Tender based on 30% Quality, 10% Social Value and 60% Price.
Further specifics on the above award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com
Tenderers are invited to attend a briefing session at 10am on 6 October 2022 on the use of the Social Value Portal to aid completion of the Social Value element of the tender submission. Further information on how to access this session is available in the Invitation to tender document.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within
thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.
Where the Contract has not been awarded, 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 however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective
VI.5) Date of dispatch of this notice
27/09/2022