- Scope of the procurement
- Lot 2. Supply and Distribution of Dried Goods and Ambient Products
- Lot 1. Supply and Distribution of Dairy and Chilled Products
- Lot 3. Supply and Distribution of Crisps and Confectionery
- Lot 4. Supply and Distribution of Soft Drinks and Water
- Lot 5. Distribution of Groceries and Provisions
- Lot 6. Supply Only of Groceries and Provisions
Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
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 & Distribution of Groceries and Provisions
Reference number
1423
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
This Contract Notice is in relation to the renewal framework for Groceries and Provisions.
It is anticipated that the scope of materials covered under the framework will include, but not be limited to, dairy and chilled, dried goods and ambient products, and crisps, confectionery, soft drinks and water.
two.1.5) Estimated total value
Value excluding VAT: £160,000,000
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 and Distribution of Dried Goods and Ambient Products
Lot No
2
two.2.2) Additional CPV code(s)
- 15612400 - Mixes for the preparation of baker's wares
- 15612500 - Bakery products
- 15841300 - Unsweetened cocoa powder
- 15840000 - Cocoa; chocolate and sugar confectionery
- 15821200 - Sweet biscuits
- 15820000 - Rusks and biscuits; preserved pastry goods and cakes
- 03211000 - Cereals
- 15240000 - Canned or tinned fish and other prepared or preserved fish
- 15241000 - Coated, canned or tinned fish
- 15331480 - Provisionally preserved vegetables
- 15860000 - Coffee, tea and related products
- 15861200 - Decaffeinated coffee
- 15871200 - Sauces, mixed condiments and mixed seasonings
- 15331410 - Beans in tomato sauce
- 15871260 - Sauces
- 15511210 - UHT milk
- 15626000 - Custard powder
- 15833100 - Desserts
- 15893200 - Dessert mixes
- 15332410 - Dried fruit
- 15612190 - Self-raising flour
- 15612130 - Plain flour
- 15893300 - Gravy mixes
- 15411110 - Olive oil
- 15411100 - Vegetable oils
- 15850000 - Pasta products
- 15871279 - Chutney
- 15332290 - Jams
- 15332200 - Jams and marmalades; fruit jellies; fruit or nut purée and pastes
- 15871273 - Mayonnaise
- 15894600 - Sandwich fillings
- 15871000 - Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
- 15331428 - Tomato sauce
- 15872000 - Herbs and spices
- 15831200 - White sugar
- 15897200 - Canned goods
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This Contract Notice is in relation to a renewal framework for Groceries & Provisions.
It is anticipated that the scope of materials covered under the framework will include, but not be limited to baking ingredients, preserves,
biscuits and cakes, breakfast cereals, canned goods, condiments, cooking sauces, hot drinks and seasonings.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £60,000,000
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Supply and Distribution of Dairy and Chilled Products
Lot No
1
two.2.2) Additional CPV code(s)
- 15550000 - Assorted dairy products
- 15540000 - Cheese products
- 15542000 - Fresh cheese
- 15542200 - Soft cheese
- 15543000 - Grated, powdered, blue-veined and other cheese
- 15543200 - Cheddar cheese
- 15543300 - Grated cheese
- 15551000 - Yoghurt and other fermented milk products
- 15551300 - Yoghurt
- 15551310 - Unflavoured yoghurt
- 03142500 - Eggs
- 15530000 - Butter
- 15431200 - Reduced or low-fat spreads
- 15544000 - Hard cheese
- 15545000 - Cheese spreads
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This Contract Notice is in relation to the renewal framework for Groceries and Provisions.
It is anticipated that the scope of materials covered under the framework will include, but not limited to cheese, butter, eggs and yoghurts.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £36,000,000
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Supply and Distribution of Crisps and Confectionery
Lot No
3
two.2.2) Additional CPV code(s)
- 15312300 - Potato crisps
- 15312310 - Flavoured potato crisps
- 15332000 - Processed fruit and nuts
- 15332310 - Roasted or salted nuts
- 15842100 - Chocolate
- 15842200 - Chocolate products
- 15842300 - Confectionery
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This Contract Notice is in relation to a renewal framework for Groceries & Provisions.
It is anticipated that the scope of materials covered under the framework will include, but not be limited to, confectionery, crisps and snacks.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £6,000,000
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Supply and Distribution of Soft Drinks and Water
Lot No
4
two.2.2) Additional CPV code(s)
- 15320000 - Fruit and vegetable juices
- 15321000 - Fruit juices
- 15321700 - Mixtures of unconcentrated juices
- 15321800 - Concentrated juices
- 15982000 - Soft drinks
- 15981000 - Mineral water
- 15981100 - Still mineral water
- 15981200 - Sparkling mineral water
- 15981400 - Flavoured mineral waters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This Contract Notice is in relation to a renewal framework for Groceries & Provisions.
It is anticipated that the scope of materials covered under the framework will include, but not be limited to juices, squashes and cordials, water and soft drinks.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £30,000,000
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Distribution of Groceries and Provisions
Lot No
5
two.2.2) Additional CPV code(s)
- 15550000 - Assorted dairy products
- 15540000 - Cheese products
- 15542000 - Fresh cheese
- 15542200 - Soft cheese
- 15543000 - Grated, powdered, blue-veined and other cheese
- 15543200 - Cheddar cheese
- 15543300 - Grated cheese
- 15551000 - Yoghurt and other fermented milk products
- 15551300 - Yoghurt
- 15551310 - Unflavoured yoghurt
- 03142500 - Eggs
- 15530000 - Butter
- 15545000 - Cheese spreads
- 15431200 - Reduced or low-fat spreads
- 15544000 - Hard cheese
- 15612400 - Mixes for the preparation of baker's wares
- 15612500 - Bakery products
- 15841300 - Unsweetened cocoa powder
- 15840000 - Cocoa; chocolate and sugar confectionery
- 15821200 - Sweet biscuits
- 15820000 - Rusks and biscuits; preserved pastry goods and cakes
- 03211000 - Cereals
- 15240000 - Canned or tinned fish and other prepared or preserved fish
- 15241000 - Coated, canned or tinned fish
- 15331480 - Provisionally preserved vegetables
- 15860000 - Coffee, tea and related products
- 15861200 - Decaffeinated coffee
- 15871200 - Sauces, mixed condiments and mixed seasonings
- 15331410 - Beans in tomato sauce
- 15871260 - Sauces
- 15511210 - UHT milk
- 15626000 - Custard powder
- 15833100 - Desserts
- 15893200 - Dessert mixes
- 15332410 - Dried fruit
- 15612190 - Self-raising flour
- 15612130 - Plain flour
- 15893300 - Gravy mixes
- 15411110 - Olive oil
- 15411100 - Vegetable oils
- 15850000 - Pasta products
- 15871279 - Chutney
- 15332290 - Jams
- 15332200 - Jams and marmalades; fruit jellies; fruit or nut purée and pastes
- 15871273 - Mayonnaise
- 15894600 - Sandwich fillings
- 15331428 - Tomato sauce
- 15871000 - Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
- 15872000 - Herbs and spices
- 15831200 - White sugar
- 15897200 - Canned goods
- 15312300 - Potato crisps
- 15312310 - Flavoured potato crisps
- 15332000 - Processed fruit and nuts
- 15332310 - Roasted or salted nuts
- 15320000 - Fruit and vegetable juices
- 15321000 - Fruit juices
- 15321700 - Mixtures of unconcentrated juices
- 15321800 - Concentrated juices
- 15982000 - Soft drinks
- 15981000 - Mineral water
- 15981100 - Still mineral water
- 15981200 - Sparkling mineral water
- 15981400 - Flavoured mineral waters
- 15842100 - Chocolate
- 15842200 - Chocolate products
- 15842300 - Confectionery
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This Contract Notice is in relation to a renewal framework for Groceries & Provisions.
This lot is for distribution of products awarded on Lot 6 Supply Only
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £14,000,000
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Supply Only of Groceries and Provisions
Lot No
6
two.2.2) Additional CPV code(s)
- 15550000 - Assorted dairy products
- 15540000 - Cheese products
- 15542000 - Fresh cheese
- 15542200 - Soft cheese
- 15543000 - Grated, powdered, blue-veined and other cheese
- 15543200 - Cheddar cheese
- 15543300 - Grated cheese
- 15551000 - Yoghurt and other fermented milk products
- 15551300 - Yoghurt
- 15551310 - Unflavoured yoghurt
- 03142500 - Eggs
- 15530000 - Butter
- 15545000 - Cheese spreads
- 15431200 - Reduced or low-fat spreads
- 15544000 - Hard cheese
- 15612400 - Mixes for the preparation of baker's wares
- 15612500 - Bakery products
- 15841300 - Unsweetened cocoa powder
- 15840000 - Cocoa; chocolate and sugar confectionery
- 15821200 - Sweet biscuits
- 15820000 - Rusks and biscuits; preserved pastry goods and cakes
- 03211000 - Cereals
- 15240000 - Canned or tinned fish and other prepared or preserved fish
- 15241000 - Coated, canned or tinned fish
- 15331480 - Provisionally preserved vegetables
- 15860000 - Coffee, tea and related products
- 15861200 - Decaffeinated coffee
- 15871200 - Sauces, mixed condiments and mixed seasonings
- 15331410 - Beans in tomato sauce
- 15871260 - Sauces
- 15511210 - UHT milk
- 15626000 - Custard powder
- 15833100 - Desserts
- 15893200 - Dessert mixes
- 15332410 - Dried fruit
- 15612190 - Self-raising flour
- 15612130 - Plain flour
- 15893300 - Gravy mixes
- 15411110 - Olive oil
- 15411100 - Vegetable oils
- 15850000 - Pasta products
- 15871279 - Chutney
- 15332290 - Jams
- 15332200 - Jams and marmalades; fruit jellies; fruit or nut purée and pastes
- 15871273 - Mayonnaise
- 15894600 - Sandwich fillings
- 15331428 - Tomato sauce
- 15871000 - Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
- 15872000 - Herbs and spices
- 15831200 - White sugar
- 15897200 - Canned goods
- 15312300 - Potato crisps
- 15312310 - Flavoured potato crisps
- 15332000 - Processed fruit and nuts
- 15332310 - Roasted or salted nuts
- 15320000 - Fruit and vegetable juices
- 15321000 - Fruit juices
- 15321700 - Mixtures of unconcentrated juices
- 15321800 - Concentrated juices
- 15982000 - Soft drinks
- 15981000 - Mineral water
- 15981100 - Still mineral water
- 15981200 - Sparkling mineral water
- 15981400 - Flavoured mineral waters
- 15842100 - Chocolate
- 15842200 - Chocolate products
- 15842300 - Confectionery
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This Contract Notice is in relation to a renewal framework opportunity for the Supply Only and Supply and Distribution of Groceries and Provisions.
It will provide a mechanism for Scottish local authorities to procure a range of groceries and provisions that includes, but is not limited to, eggs, cheese, yoghurts, flour, cake mixes, tinned goods, cereals, condiments, cook sauces, hot beverages, crisps, confectionery, soft drinks and water.
Bidders are able to bid on a supply only basis for 1 or more product items contained within the schedule of offer at no penalty.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £14,000,000
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
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
1. SPD (Scotland) Question 4B.5: Insurance Requirements
2. SPD (Scotland) Question 4B.6: Other Economic & Financial Requirements
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
1. SPD (Scotland) Question 4B.5
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurance indicated below:
SPD (Scotland) Question
4B.5.1 Employers' (Compulsory) Liability Insurance - maintain a minimum indemnity limit of GBP 10 million in respect of each and every claim, and without limit to the number of claims.
SPD (Scotland) Question 4B.5.2 Public Liability Insurance GBP 10 million each and every claim and in the aggregate in respect of Products.
SPD (Scotland) Question 4B.5.2 Products Liability Insurance GBP 10 million each and every claim and in the aggregate in respect of Products.
Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third
Party Injury.
For bidders who will subcontract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors' vehicles are appropriately insured and maintained.
All Goods to be supplied must be provided in accordance with the applicable Law and contract requirements.
Other Economic and Financial Requirements.
A search of the tenderer against Equifax's ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, 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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. SPD (Scotland) Question 4C.1: Supply & Services Contracts
2. SPD (Scotland) Question 4C.10:Subcontracting
3. SPD (Scotland) Question 4D.1: Quality Assurance Scheme
4. SPD (Scotland) Question 4D.1: Health and Safety Procedures
5. SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards possibly required
SPD (SCOTLAND) QUESTION 4C.10 - 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).
SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN 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.
SPD (SCOTLAND) QUESTION 4D.1 - 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 BS 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.
SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN 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).
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract.
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.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Details provided by Councils at Call-off where required.
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: 2024/S 000-017655
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 December 2024
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
13 December 2024
Local time
12:00pm
Place
Scotland Excel Offices, Renfrewshire House, Cotton Street, Paisley, PA1 1AR
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. 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 is a central purchasing body procuring this framework on behalf of the following contracting authorities (and successor bodies):
- The 32 local authorities in Scotland,
- Tayside Contracts,
- Scotland Excel associate members: https://home.scotland-excel.org.uk/about-us/our-members/
- Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978),
- Scottish Prison Service (SPS) and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service,
- Police Scotland,
- Any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014.
The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to this framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement.
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
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26909. 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:
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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:778383)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom