Opportunity

Supply Only and Supply and Distribution of Frozen Foods

  • Scotland Excel

F02: Contract notice

Notice reference: 2021/S 000-023420

Published 21 September 2021, 9:45am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

Education.Corporate@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply Only and Supply and Distribution of Frozen Foods

Reference number

1120

two.1.2) Main CPV code

  • 15896000 - Deep-frozen products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Contract Notice is in relation to the renewal framework for Frozen Foods.

It is anticipated that the scope of materials covered under the framework will include, but not limited to frozen - bakery products, meat

products & meat substitute products, poultry, seafood, savoury products, fruit & vegetables, potato products, pizza, ice cream & desserts,

and special function products.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

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

Supply Only of Frozen Foods

Lot No

1

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 15896000 - Deep-frozen products
  • 15221000 - Frozen fish
  • 15229000 - Frozen fish products
  • 15251000 - Frozen crustaceans
  • 15311000 - Frozen potatoes
  • 15311200 - Diced, sliced and other frozen potatoes
  • 15331100 - Fresh or frozen vegetables
  • 15331170 - Frozen vegetables
  • 15250000 - Seafood
  • 15811000 - Bread products
  • 15112000 - Poultry

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This Prior Information Notice (PIN) is in relation to the renewal framework for Frozen Foods.

It is anticipated that the scope of materials covered under the framework will include, but not limited to frozen - bakery products, meat, meat substitute products, poultry, seafood, savoury products, fruit & vegetables, potato products, pizza, ice cream & desserts, and special function products.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

48

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: 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 note that this is subject to change.

two.2) Description

two.2.1) Title

Distribution of Frozen Foods

Lot No

2

two.2.2) Additional CPV code(s)

  • 15896000 - Deep-frozen products
  • 15331170 - Frozen vegetables
  • 15331100 - Fresh or frozen vegetables
  • 15311200 - Diced, sliced and other frozen potatoes
  • 15311000 - Frozen potatoes
  • 15251000 - Frozen crustaceans
  • 15229000 - Frozen fish products
  • 15221000 - Frozen fish
  • 15220000 - Frozen fish, fish fillets and other fish meat
  • 15000000 - Food, beverages, tobacco and related products
  • 15250000 - Seafood
  • 15811000 - Bread products
  • 15112000 - Poultry

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This Contract Notice is in relation to the renewal framework for Frozen Foods.

It is anticipated that the scope of materials covered under the framework will include, but not limited to frozen - bakery products, meat, meat substitute products, poultry, seafood, savoury products, fruit & vegetables, potato products, pizza, ice cream & desserts, and special function products.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

48

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: 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 note that this is subject to change.

two.2) Description

two.2.1) Title

Supply and Distribution of Frozen Foods

Lot No

3

two.2.2) Additional CPV code(s)

  • 15896000 - Deep-frozen products
  • 15331170 - Frozen vegetables
  • 15331100 - Fresh or frozen vegetables
  • 15311200 - Diced, sliced and other frozen potatoes
  • 15311000 - Frozen potatoes
  • 15251000 - Frozen crustaceans
  • 15229000 - Frozen fish products
  • 15221000 - Frozen fish
  • 15220000 - Frozen fish, fish fillets and other fish meat
  • 15000000 - Food, beverages, tobacco and related products
  • 15250000 - Seafood
  • 15811000 - Bread products
  • 15112000 - Poultry

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This Contract Notice is in relation to the renewal framework for Frozen Foods.

It is anticipated that the scope of materials covered under the framework will include, but not limited to frozen - bakery products, meat, meat substitute products, poultry, seafood, savoury products, fruit & vegetables, potato products, pizza, ice cream & desserts, and special function products.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

48

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: 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 note that this is subject to change.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

INSURANCE REQUIREMENTS:

It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain

prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence.

PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of Products.

MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable

risk should it be appointed on to the proposed Framework Agreement. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts

of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or

equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO

45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section “I.3) Communication” of this Contract Notice).


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

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: 2021/S 000-012426

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

Date

26 October 2021

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 October 2021

Local time

12:00pm


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

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without

limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the

UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in

accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the

relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted

and applied as currently in force. Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. 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.

Lot 3 - Tenderers are required to submit a price for a minimum % of items as detailed in the commercial Schedule of Offer. Further information on this can be found within the “1120 ITT including Evaluation Methodology” document, available on PCS-Tender.

Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single

Procurement Document (Scotland):

- whether the Tenderer intends to subcontract any share of the contract to a third party;

- list of the proposed subcontracts as far as it is known at that stage;

- what proportion/percentage of the contract does the Tenderer intend to subcontract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19317. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

This contract is for supply only and supply and delivery. Not being a works contract, a sub-contract clause is not required.

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:

As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis.

Community Benefits details will be requested on a 6-monthly basis.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19317. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the

Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

This contract is for supply and delivery. Not being a works contract, a sub-contract clause is not required.

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:

* Targeted recruitment and training

* Community engagement

As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this

framework.

(SC Ref:662162)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court

3 St James Street

Paisley

PA3 2HL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session.