Section one: Contracting authority
one.1) Name and addresses
Birmingham City Council
10 Woodcock Street
BIRMINGHAM
B47WB
Contact
Corporate Procurement Services
Telephone
+44 1214648000
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
Buyer's address
www.in-tendhost.co.uk/birminghamcc
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.in-tendhost.co.uk/birminghamcc
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.in-tendhost.co.uk/birminghamcc
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
Supply and Distribution of Fresh Fruit and Vegetables and Free Range Eggs
Reference number
P0737
two.1.2) Main CPV code
- 15300000 - Fruit, vegetables and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
For the supply and distribution of a range of fresh fruit and vegetables and free range eggs to schools, civic and care home and day centres.
The framework will be let for a period of 3 years with the option to extend for a period of 12 months subject to satisfactory performance and will be awarded to one organisation.
The framework will be made available to all the local authorities and public bodies based within the West Midlands boundaries.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 03142500 - Eggs
- 03220000 - Vegetables, fruits and nuts
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
For the supply and distribution of a range of fresh fruit and vegetables and free range eggs to schools, civic and care home and day centres.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: Yes
Description of options
Option to extend by 1 year subject to satisfactory performance and budgetary availability.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Details will be provided in the tender documentation.
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
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
29 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
29 April 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Tenderers will be required to supply to the authority evidence showing their economic and financial standing, technical ability including satisfactory policies and documentation for race relations. When executing the contract in the UK the successful tenderer will be required to comply with the recommendations of the Code of Practice for the Elimination of Racial Discrimination and the Promotion of Equality of Opportunity in Employment published by the Commission for Racial Equality. Under this contract the contractor will be required to support the contracting authority's economic and social regeneration objectives. Accordingly contract performance and conditions may relate in particular social and environmental considerations.
The contract will be made available to those Local Authorities and public bodies within the West Midlands Boundaries.
These will include:
• Local Authorities i.e. a local authority as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2006.
• Registered Providers (a list can be found at www.housingnet.co.uk);
• NHS Bodies i.e. Acute Trusts, Ambulance Trusts, Primary Care trusts, Care trusts, NHS Hospital trusts, Strategic Health Authorities, Mental Health Trusts, Special Health authorities (a list of such authorities and trusts can be found at http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx );
• Police and Emergency Services authorities i.e. fire authorities, fire and rescue authorities (a list if fire authorities can be found at www.fireservice.co.uk/information/ukfrs ), police authorities and the Metropolitan Police Authority as defined by Regulations 3 (1)(j) to (p) of the Regulations;
• Educational establishments i.e. schools maintained by local authorities, Academies, City Technology Colleges, further education establishments and Universities;
• Central Government Departments & their Agencies (a list of Executive Agencies can be found at www.cabinetoffice.gov.uk/resource-library/government-ministers-and-responsibilities );
• Non Departmental Public Bodies (a list of NDPB's can be found at Annex A to the Public Bodies Directory 2009 published by the Cabinet Office which can be found at www.civilservice.gov.uk/about/resources/ndpb );
• Registered charities (a list can be found at www.charity-commission.gov.uk)
The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation.
If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk or call CPS Helpdesk on 0121 464 8000.
Your completed tender submission should be returned by noon on 29th April 2021 via the 'in-tend' system https://in-tendhost.co.uk/birminghamcc
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom