Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Louise Levens
Telephone
+44 1314428940
Country
United Kingdom
Region code
UKM77 - Perth & Kinross and Stirling
Companies House
SC314764
Internet address(es)
Main address
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 Butcher Meat
Reference number
CAT1069 AP
two.1.2) Main CPV code
- 15110000 - Meat
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority are seeking Contractor(s) for the provision of Fresh Butcher Meat products to the Institutions and APUC Associate members located throughout Scotland.
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: £4,200,000
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
North Highland & Western Isles
Lot No
1
two.2.2) Additional CPV code(s)
- 15100000 - Animal products, meat and meat products
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 Butcher Meat Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across North Highland and Western Isles as detailed in Appendix E - List of Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
Aberdeen & Grampians
Lot No
2
two.2.2) Additional CPV code(s)
- 15100000 - Animal products, meat and meat products
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 Butcher Meat Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Aberdeen and Grampians as detailed in Appendix E - List of Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
Perth, Angus, Dundee & Fife
Lot No
3
two.2.2) Additional CPV code(s)
- 15100000 - Animal products, meat and meat products
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 Butcher Meat Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Perth, Angus, Dundee and Fife as detailed in Appendix E - List of Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
South East of Scotland (Stirling, Edinburgh Lothian, and Borders)
Lot No
4
two.2.2) Additional CPV code(s)
- 15100000 - Animal products, meat and meat products
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 Butcher Meat Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across South East of Scotland (Stirling, Edinburgh Lothian, and Borders) as detailed in Appendix E - List of Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
West of Scotland (Greater Glasgow, Argyll, Renfrewshire, and Ayrshire)
Lot No
5
two.2.2) Additional CPV code(s)
- 15100000 - Animal products, meat and meat products
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM92 - Dumfries & Galloway
- 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 Butcher Meat Products and associated products, materials and services as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across West of Scotland (Greater Glasgow, Argyll, Renfrewshire, and Ayrshire) as detailed in Appendix E - List of Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
All Lots: Employer's (Compulsory) Liability Insurance = 5,000,000 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.
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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Submission of Management Information:
Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.
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: 15
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: 2019/S 068-159433
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 June 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
15 June 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
Tenderers must be able to price and supply a minimum of 80% of the products listed in the Core Product List (Part A) and the Specialist Product List (Part B) of each geographical Lot bid for, taking into consideration seasonal availability of certain meat products.
Form of Tender
Tenderers must sign 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. 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
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. 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. 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. 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.
List Of Institutions
Tenderers must complete and return Appendix E - List of Institutions to confirm their ability to service the required coverage levels
Additional Products (All Lots)
Please confirm that you will be in a position to complete Appendix M - Additional products (All lots) (if applicable) in the Technical Questionnaire. 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.
Prompt Payment
Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed. 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23942. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Contractor will work with the Authority to deliver Community Benefits where they are identifiable throughout the term of the Framework Agreement.
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK1 1NH
Country
United Kingdom