Opportunity

Supply and Distribution of Ambient, Chilled, Frozen, Non-Food, Fresh Meat and Fruit & Vegetables Products to Bishop Hogarth Catholic Education Trust

  • Bishop Hogarth Catholic Education Trust c/o Pelican Procurement Services

F02: Contract notice

Notice reference: 2021/S 000-006408

Published 29 March 2021, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

Bishop Hogarth Catholic Education Trust c/o Pelican Procurement Services

Ascent 4, Farnborough Aerospace Centre

Farnborough

GU14 6XN

Email

jon.kett@pelicanprocurement.co.uk

Telephone

+44 1252705200

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.pelicanprocurementservices.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA5885

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Distribution of Ambient, Chilled, Frozen, Non-Food, Fresh Meat and Fruit & Vegetables Products to Bishop Hogarth Catholic Education Trust

two.1.2) Main CPV code

  • 15000000 - Food, beverages, tobacco and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Tender for the Supply and Distribution of Ambient, Chilled, Frozen, Non-Food, Fresh Meat and Fruit & Vegetables Products to Bishop Hogarth Catholic Education Trust

two.1.5) Estimated total value

Value excluding VAT: £857,577

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Ambient, Chilled, Frozen

Lot No

1

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

Ambient, Chilled, Frozen Products

two.2.5) Award criteria

Quality criterion - Name: Delivery & Service / Weighting: 20

Quality criterion - Name: Product Range / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £617,520

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for an additional 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additions, removal of products where appropriate throughout the term of the contract.

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) Description

two.2.1) Title

Non-Food

Lot No

2

two.2.2) Additional CPV code(s)

  • 39220000 - Kitchen equipment, household and domestic items and catering supplies

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

Non-Food Products

two.2.5) Award criteria

Quality criterion - Name: Delivery & Service / Weighting: 20

Quality criterion - Name: Product Range / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £86,121

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for an additional 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additions, removal of products where appropriate throughout the term of the contract.

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) Description

two.2.1) Title

Fresh Meat

Lot No

3

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

Fresh Meat Products

two.2.5) Award criteria

Quality criterion - Name: Delivery & Service / Weighting: 15

Quality criterion - Name: Product Range & Sampling / Weighting: 15

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £82,194

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for an additional 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additions, removal of products where appropriate throughout the term of the contract.

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) Description

two.2.1) Title

Fruit & Vegetables

Lot No

4

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

Fruit & Vegetables Products

two.2.5) Award criteria

Quality criterion - Name: Delivery & Service / Weighting: 15

Quality criterion - Name: Product Range & Sampling / Weighting: 15

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £71,742

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for an additional 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additions, removal of products where appropriate throughout the term of the contract.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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


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.2.1) Previous publication concerning this procedure

Notice number: 2018/S 202-458492

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

Date

4 May 2021

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

4 May 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222295.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222295)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit