Tender

Supply and Delivery of Ice Cream Products for BCP Council

  • Bournemouth, Christchurch and Poole Council

F02: Contract notice

Notice identifier: 2021/S 000-025390

Procurement identifier (OCID): ocds-h6vhtk-02ea9b

Published 11 October 2021, 4:57pm



The closing date and time has been changed to:

11 November 2021, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Bournemouth, Christchurch and Poole Council

Town Hall, Bourne Avenue

Bournemouth

BH2 6DY

Email

procurement@bcpcouncil.gov.uk

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.3) Communication

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

https://www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk

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 Delivery of Ice Cream Products for BCP Council

Reference number

DN561888

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

The Council seeks supplier(s) for the supply and delivery of ice cream products in Bournemouth, Christchurch and Poole. The tender is divided into two lots, one for impulse ice cream and the other for scoop ice cream and accessories. Bidders are able to Bid for a single lot or both lots. The Council currently has 20 trading outlets along the seafront which the supplier(s) will be required to supply as well as five park cafés, two museums, a country park and a visitor centre.

The Council reserves the right to ask the supplier(s) to supply further units and the Council reserves the right to close sites as well as move sites to new locations.

The estimated value of the contract including any possible extensions is up to £2,500,000. However, Bidders should note that the spend per annum for each Lot is currently at the below levels:

• Lot 1 – Impulse Ice Cream – Approximate spend £90,000 per annum

• Lot 2 – Scoop Ice Cream and Accessories – Approximate spend £260,000 per annum

However, to allow for potential increase in spend, the contract value has been set at up for £500,000 per annum.

BCP Council does not guarantee any volume of supply during the term of the contract. The volume of supply is dependent on the number of operating units and demand. The demand is strongly led by the season, weather, school holidays as well as events such as the Bournemouth Air Show.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

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 - Impulse Ice Cream

Lot No

1

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 39222000 - Catering supplies
  • 39310000 - Catering equipment
  • 50883000 - Repair and maintenance services of catering equipment

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

For Lot 1, the Council seeks a supplier for the supply and delivery of impulse ice cream products throughout Bournemouth, Christchurch and Poole. The Supplier must provide a range of at least 10 impulse products for each site to include cones, choc bars, lollies and push ups incorporating a kids range. The impulse ice cream to be supplied should have good brand awareness to maximise sales at BCP Council catering sites.

The Supplier will be required to supply free on loan refrigeration equipment for all of the sites which sell Impulse ice cream. This equipment remains in the ownership of the Supplier throughout the contract period and will be maintained and serviced by the Supplier at no cost to BCP Council. The Supplier will be required to deliver and install freezers prior to the start of the contract, working with the Council to ensure that sites are out of action for the minimum time possible. The Supplier is required to ensure that refrigeration equipment is installed and operational on all sites ready for the contract start date.

The Supplier will also be required to provide six free on loan kiosks for along the seafront for the duration of the contract. The kiosks will need to be equivalent to those pictured in the procurement documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £90,000

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

Start date

1 March 2022

End date

28 February 2025

This contract is subject to renewal

Yes

Description of renewals

The contract will be for three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the full length of the contract would be for five years. The start date of the contract is 1 March 2022.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the full length of the contract would be for five years. The start date of the contract is 1 March 2022.

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

Lot 2 - Scoop Ice Cream

Lot No

2

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products
  • 39222000 - Catering supplies
  • 39310000 - Catering equipment
  • 50883000 - Repair and maintenance services of catering equipment

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

For Lot 2, the Council seeks a supplier for the supply and delivery of scoop ice cream products throughout Bournemouth, Christchurch and Poole. The Council requires a supplier that can provide a range of at least 22 scoop ice cream flavours in minimum 4 litre tubs, accessories, individual pots of ice cream as well as ice cream for dogs. The scoop ice cream to be supplied should be an ice cream that will add value to the experience of customers to BCP Council catering outlets with a preference for scoop ice creams that are not readily available in retail outlets and reflect the local area. The Council also requires Bidders to submit pricing for soft mix ice cream within the pricing evaluation for Lot 2 with the option to buy soft mix ice cream through this Lot.

The Supplier will be required to supply free on loan refrigeration equipment for all of the sites which sell Scoop ice cream. Please note that this quantity may increase prior to or during the term of the contract. This equipment remains in the ownership of the Supplier throughout the contract period and will be maintained and serviced by the Supplier at no cost to BCP Council. The Supplier will be required to deliver and install freezers at the start of the contract, working with the Council to ensure that sites are out of action for the minimum time possible. The Supplier is required to ensure that refrigeration equipment is installed and operational on all sites ready for the contract start date.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £260,000

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

Start date

1 March 2022

End date

28 February 2025

This contract is subject to renewal

Yes

Description of renewals

The contract will be for three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the full length of the contract would be for five years. The start date of the contract is 1 March 2022.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the full length of the contract would be for five years. The start date of the contract is 1 March 2022.

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

Originally published as:

Date

8 November 2021

Local time

2:00pm

Changed to:

Date

11 November 2021

Local time

2:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

8 November 2021

Local time

2:00pm

Information about authorised persons and opening procedure

All tenders are electronically sealed and opened by the Council's Democratic Services team.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Tender submissions must be by way of completion and submission of the Standard Selection Questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) and tender by the date and time specified in Section IV.2.2.). The Council reserves the right not to accept tender submissions that are received after the deadline.

Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid technical difficulties with the electronic system that may occur due to the high volumes of traffic attempting to submit applications on the same date and time.

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

Country

United Kingdom