Tender

Official Controls Food Interventions

  • Leeds City Council - PACS
  • Wakefield Metropolitan District Council
  • City of Bradford Metropolitan District Council:

F02: Contract notice

Notice identifier: 2022/S 000-001768

Procurement identifier (OCID): ocds-h6vhtk-030d81

Published 20 January 2022, 6:30pm



Section one: Contracting authority

one.1) Name and addresses

Leeds City Council - PACS

Civic Hall

Leeds

LS11UR

Contact

Katie King

Email

Katie.king@leeds.gov.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

Internet address(es)

Main address

www.leeds.gov.uk

Buyer's address

https://yortender.eu-supply.com

one.1) Name and addresses

Wakefield Metropolitan District Council

Wakefield One

Burton Street, Wakefield

WF1 2EB

Contact

Samantha Walters

Email

food@wakefield.gov.uk

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

www.leeds.gov.uk

Buyer's address

https://yortender.eu-supply.com

one.1) Name and addresses

City of Bradford Metropolitan District Council:

5th Floor, Britannia House, Hall Ings

Bradford

BD1 1HX

Contact

Angela Brindle

Email

eh.admin@bradford.gov.uk

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

www.leeds.gov.uk

Buyer's address

https://yortender.eu-supply.com

one.2) Information about joint procurement

The contract involves joint procurement

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Official Controls Food Interventions

Reference number

47105

two.1.2) Main CPV code

  • 90714500 - Environmental quality control services

two.1.3) Type of contract

Services

two.1.4) Short description

The Provision of Official control food interventions and food premises inspections for Leeds City Council (LCC), City of Bradford Metropolitan District Council (BMDC), and Wakefield Metropolitan District Council (WMDC). The Food Safety Act 1990 and associated legislation place statutory duties on local authorities to carry out Official Controls and other food related regulatory activities. To meet these statutory duties and deliver Official Controls, Leeds City Council (LCC), City of Bradford Metropolitan District Council (BMDC), and Wakefield Metropolitan District Council (WMDC) provide a food hygiene and safety regulatory function within their authorities. This function includes carrying out Official Control food interventions including food hygiene inspections at food premises within their respective areas as part of their annual risk based intervention programmes and service plans. LCC, BMDC and WMDC are

seeking a single external provider to support the respective food intervention programmes of each authority in their areas through the provision of the specified Official Controls and food interventions.

two.1.5) Estimated total value

Value excluding VAT: £487,920

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE41 - Bradford
  • UKE42 - Leeds
  • UKE45 - Wakefield

two.2.4) Description of the procurement

Official Controls Food Interventions

Interested parties can download the ***standard selection documentation and tender documentation*** directly from https://yortender.eu-supply.com/ by using the scheme ID: 47105

Requests for documentation should not be made by telephone or e-mail. The documentation should be completed and returned by no later than the deadline specified in IV.2.2. Late submissions will not be accepted.

Tenderers should note that if the council wish to carry out new services at the end of this contract, which are a repetition of similar services detailed in this notice, then those additional services may be procured using the negotiated procedure without publication of a notice in accordance with regulation 32 (9) of the Public Contracts Regulations 2015.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £487,920

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 March 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The framework is for an period of 24 months with an Option to extend for 2 periods of 12 months. The framework will be utilised by Leeds, Bradford and Wakefield Councils. Interested parties can download the tender documentation directly from https://yortender.eu-supply.com by using scheme id 47105. Requests for documentation should not be made by telephone or e-mail. The documentation has to be completed and returned by no later than the deadline specified. Late submissions will not be accepted.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority before the contract is entered into.

Such additional information should be requested from the addressee found in I.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 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 brought promptly (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen).

Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages.

Following the correct implementation of a 10 day standstill period and publication of appropriate notices the court may only award damages once the contract has been entered into