Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
Procurement Team
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Cashless Catering & Nutritional Analysis System Upgrade including Support & Maintenance
Reference number
CP0507/EDU
two.1.2) Main CPV code
- 55512000 - Canteen management services
two.1.3) Type of contract
Services
two.1.4) Short description
Inverclyde Council’s Secondary Schools Cashless Catering Equipment and Software have been in place for over 20 years, the hardware and revaluation units are now beyond their use. Inverclyde Council are seeking a suitably qualified supplier to upgrade the Equipment and Software including a Nutritional Analysis system and provide ongoing support and maintenance.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Inverclyde Council’s Secondary Schools Cashless Catering Equipment and Software have been in place for over 20 years, the hardware and revaluation units are now beyond their use. Inverclyde Council are seeking a suitably qualified supplier to upgrade the Equipment and Software including a Nutritional Analysis system and provide ongoing support and maintenance.
two.2.5) Award criteria
Quality criterion - Name: Desirable Elements / Weighting: 5%
Quality criterion - Name: Method Statement 1 - Implementation / Weighting: 13%
Quality criterion - Name: Method Statement 2 - Support and Maintenance / Weighting: 7%
Quality criterion - Name: Method Statement 3 - Contract Management / Weighting: 4%
Quality criterion - Name: Method Statement 4 - Exit Plan / Weighting: 1%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Social Value Outcome Menu / Weighting: 3%
Quality criterion - Name: Social Value Supporting Methodology / Weighting: 2%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 January 2024
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The Implementation Period will be from the Contract Award Date until the 31st March 2024.
Thereafter, the contract period for support and maintenance will run from 1st April 2024 to 31st March 2029, five years. With the option to extend for a further two years from 1st April 2029 to 31st March 2031 with a further option to extend for one year from 1st April 2031 to 31st March 2032.
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
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.1.2) Economic and financial standing
List and brief description of selection criteria
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet Assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANTS RESPONSIBILITY TO RAISE ANY QUERIES WIHT DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submissions of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
Minimum level(s) of standards possibly required
4B.5.1a/4B.5.1b/4B.5.2 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer's (Compulsory) Liability: 5M GBP minimum
Public Liability: 5M GBP Minimum
Professional Risk Indemnity: 2M GBP Minimum
Data Protection/Cyber Risk Insurance: 100K GBP Minimum
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide two (2) examples of similar Cashless Catering & Nutritional Analysis System Upgrade including Support & Maintenance contracts within the last five (5) years that demonstrate that they have the relevant experience to deliver this contract in a public sector setting.
Minimum level(s) of standards possibly required
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1 QUALITY MANAGEMENT PROCEDURES
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR hold the information contained in the supplier attachment area in PCS-T (file name "Evaluation & Award Criteria (Part IV: A)")
4D.1 HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment area in PCS-T (file name "Contract Notice Additional Information")
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
Date
27 November 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
27 November 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) 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.
Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate.
It will also be a condition of contract that Tenderers comply with Inverclyde Council`s Cashless Catering and Nutritional Analysis Terms and Conditions, Special Conditions of Contract, Specification (including compliance with ISO 27001;27002;27017;27018;22301) & Contract Information for Tenderers.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24910. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Social Values form part of the technical evaluation criteria. 30 Social Value Points would be the Councils expectation over the lifetime of the contract including the extension periods. It will be a contractual requirement that the successful tenderer deliver the Community Benefits offered during the contract period.
(SC Ref:746059)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House, 1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom