Section one: Contracting authority
one.1) Name and addresses
Leeds City Council - PACS
Civic Hall
Leeds
LS11UR
Contact
Katie King
Country
United Kingdom
NUTS code
UKE42 - Leeds
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UKE41 - Bradford
Internet address(es)
Main address
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