By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

OJEU13/004 - Sandwich Production.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Durham
Procurement Service, Mountjoy Centre, Holly Wing, Stockton Road
For the attention of: Neil Petch
DH1 3LE Durham
UNITED KINGDOM
Telephone: +44 1913344542
E-mail:
Fax: +44 1913344539

Internet address(es):

General address of the contracting authority: http://www.durham.ac.uk

Address of the buyer profile: http://events.transaxions.com/service.aspx?event=6447

Electronic access to information: http://events.transaxions.com/service.aspx?event=6447

Electronic submission of tenders and requests to participate: http://events.transaxions.com/service.aspx?event=6447

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
OJEU13/004 - Sandwich Production.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKC1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 1 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)

Durham University is seeking to let a contract for the Sandwich Production Services. The intention is appoint a sole supplier. The appointed supplier must be able to supply a range of products to meet the diverse needs. Deliveries will be required to various locations in Durham City and Stockton-on-Tees. The tender process will be undertaken through an electronic tendering system. The contract will initially be for 2 years with the option to extend for a further 2 years. The extension will be based on performance and requirements. To express an interest you MUST go to the following link: http://events.transaxions.com/service.aspx?event=6447

II.1.6)Common procurement vocabulary (CPV)

15811511

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Contract value approx 250,000 per year for 4 years =
Estimated value excluding VAT: 1 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will initially be for 2 years with the option to extend for a further 2 years. The extension will be based on performance and the University's requirements.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Requested in Pre-Qualification Questionnaire.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire. Please go to the following link to see the Durham University exclusion criteria document: http://events.transaxions.com/service.aspx?event=6447

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire. Please go to the following link to see the Durham University exclusion criteria document: http://events.transaxions.com/service.aspx?event=6447

Minimum level(s) of standards possibly required: Requested in Pre-Qualification Questionnaire. Please go to the following link to see the Durham University exclusion criteria document: http://events.transaxions.com/service.aspx?event=6447

III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 1: and maximum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OJEU13/004
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 12.4.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.4.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.5.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
Other: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 14.6.2013 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised University personnel using the eSourcing system.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender in dialogue and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

As in section V1.4.2 below

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract in communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision. The timescale for appeals will be detailed in the letter. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Couty (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only reward damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.3.2013