Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Procurement
Telephone
+44 1202138320
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
Buyer's address
www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk
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
Alcoholic Beverages and Bar Equipment
Reference number
DN755696
two.1.2) Main CPV code
- 15900000 - Beverages, tobacco and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Bournemouth, Christchurch and Poole require a specialist company to supply and deliver alcoholic drinks including but not limited to a range of draught (Lager, Ale and Cider kegs), bottled products, mixers and wine, and to provide the equipment to dispense the draughts.
The contract is anticipated to start on 01 April 2025 with an initial term of five years and the option to extend for a further two years (3+2). Therefore, if all extensions were taken the full length of the contract would be for five years.
two.1.5) Estimated total value
Value excluding VAT: £490,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42968000 - Dispensers
two.2.3) Place of performance
NUTS codes
- UKK24 - Bournemouth, Christchurch and Poole
two.2.4) Description of the procurement
Bournemouth, Christchurch and Poole require a specialist company to supply and deliver alcoholic drinks including but not limited to a range of draught (Lager, Ale and Cider kegs), bottled products, mixers and wine, and to provide the equipment to dispense the draughts.
The contract is anticipated to start on 01 April 2025 with an initial term of five years and the option to extend for a further two years (3+2). Therefore, if all extensions were taken the full length of the contract would be for five years.
two.2.5) Award criteria
Quality criterion - Name: Quality - Weighting: / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £490,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
The Authority has 1 option to extend the contract for 24 months.
The maximum period of this contract shall therefore be 60 months and this period includes all options to extend.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).
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
21 February 2025
Local time
2:00pm
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
21 February 2025
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice, Strand
London
WCA 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Bournemouth Christchurch and Poole Council
Bournemouth
BH2 6DY
Country
United Kingdom