Tender

Fresh Fruit & Vegetables

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-009352

Procurement identifier (OCID): ocds-h6vhtk-03b778

Published 30 March 2023, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

Louise Levens

Email

llevens@apuc-scot.ac.uk

Telephone

+44 1314428940

Country

United Kingdom

Region code

UKM - Scotland

Companies House

SC314764

Internet address(es)

Main address

https://www.apuc-scot.ac.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Education

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fresh Fruit & Vegetables

Reference number

CAT1068 AP

two.1.2) Main CPV code

  • 03221200 - Fruit vegetables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority are seeking Contractor(s) for the provision of Fresh Fruit and Vegetables products to the Institutions and APUC Associate members located throughout Scotland. Glasgow City Council have also agreed to participate in this Framework Agreement.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions within a Lot - regardless of size and demand and across the Lots where no Lot is subsidised by a smaller or more geographically disperse Lot.

A maximum of 3 Contractors will be appointed per lot.

two.1.5) Estimated total value

Value excluding VAT: £11,600,000

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

Lot 1 - North Highland & Western Isles

Lot No

1

two.2.2) Additional CPV code(s)

  • 03221000 - Vegetables
  • 03222000 - Fruit and nuts
  • 15872000 - Herbs and spices

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

The scope of this agreement is the supply and delivery of a range of Fresh Fruit and Vegetable Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 2 - Aberdeen & Grampians

Lot No

2

two.2.2) Additional CPV code(s)

  • 03221000 - Vegetables
  • 03222000 - Fruit and nuts
  • 15872000 - Herbs and spices

two.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland

two.2.4) Description of the procurement

The scope of this agreement is the supply and delivery of a range of Fresh Fruit and Vegetable Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 3 - Perth, Angus, Dundee & Fife

Lot No

3

two.2.2) Additional CPV code(s)

  • 03221000 - Vegetables
  • 03222000 - Fruit and nuts
  • 15872000 - Herbs and spices

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM72 - Clackmannanshire and Fife
  • UKM77 - Perth & Kinross and Stirling

two.2.4) Description of the procurement

The scope of this agreement is the supply and delivery of a range of Fresh Fruit and Vegetable Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 4 - South East of Scotland (Stirling, Edinburgh, Lothian & Borders)

Lot No

4

two.2.2) Additional CPV code(s)

  • 03221000 - Vegetables
  • 03222000 - Fruit and nuts
  • 15872000 - Herbs and spices

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM76 - Falkirk
  • UKM77 - Perth & Kinross and Stirling
  • UKM78 - West Lothian
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

The scope of this agreement is the supply and delivery of a range of Fresh Fruit and Vegetable Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 5 - South West of Scotland (Greater Glasgow, Argyll, Renfrewshire & Ayrshire)

Lot No

5

two.2.2) Additional CPV code(s)

  • 03221000 - Vegetables
  • 03222000 - Fruit and nuts
  • 15872000 - Herbs and spices

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM93 - East Ayrshire and North Ayrshire mainland
  • UKM94 - South Ayrshire
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

The scope of this agreement is the supply and delivery of a range of Fresh Fruit and Vegetable Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lot 6 - Glasgow City Council

Lot No

6

two.2.2) Additional CPV code(s)

  • 03221000 - Vegetables
  • 03222000 - Fruit and nuts
  • 15872000 - Herbs and spices

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The scope of this agreement is the supply and delivery of a range of Fresh Fruit and Vegetable Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Techncial / Weighting: 60

Price - Weighting: 40

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

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

Not Applicable

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice. Tenderers must confirm they can provide the following supporting evidence prior to award:

Lot(s) 1 - 5: Employer's (Compulsory) Liability Insurance = £5,000,000 GBP

Lot 6 ONLY: Employer's (Compulsory) Liability Insurance = £10,000,000 GBP

All Lots: Product Liability Insurance = £5,000,000 GBP

All Lots: Public Liability Insurance = £5,000,000 GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts or equivalent if awarded the Framework Agreement.

Alternatively, if the Contractor is unable to provide the requiring accounting information, eg. a new business without the required accounts then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.

Please refer to 4B.6 of the SPD.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 18

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 193-436775

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

Date

2 May 2023

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

2 May 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 Months

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

Form of Tender

Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Freedom of Information

Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information

only and will not be scored.

Sustain Supply Chain Code of Conduct

In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its

expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.

Serious Organised Crime

Please complete "Appendix H - Declaration of Non-Involvement in Serious Organised Crime" in the Technical Questionnaire in

PCS-Tender. Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will

not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.

Human Trafficking & Labour Exploitation

Please complete "Appendix I - Declaration of Non-Involvement in Human Trafficking & Labour Exploitation" in the Technical Questionnaire in PCS-Tender. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.

SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1

Please complete "Appendix J - SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1" in the Technical Questionnaire in PCS-Tender. Tenderers must complete the SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.

Additional Products (All Lots)

Please confirm that you will be in a position to complete, prior to award, Appendix M - Additional products (All lots) (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Living Wage Status

Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriff-court-and-justice-of-the-peace-court