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

Provison of Food, Beverages, Vending Solutions and General catering supplies.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Craven District Council
Procurement, Craven District Council, 1 Belle Vue Square, Broughton Road
For the attention of: David Gomersall
BD23 1FJ Skipton
UNITED KINGDOM
Telephone: +44 1756706360
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Provison of Food, Beverages, Vending Solutions and General catering supplies.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Craven Lesiure Centre, Skipton, North Yorkshire, UK.

NUTS code UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT:
Range: between 200 000 and 260 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Council wishes to award a two year framework agreement for the supply of food, beverages, vending and general catering products with an option to extend on a 12 monthly basis for a maximum 2 further 12 month periods.
Award is due to take place 12 November or soon after with the contract commencing (with service delivery) as soon as suitable works become available after that date.
The Council is looking for products that will compliment a quality provision of the Coffee Lounge. Craven Swimming Pool & Fitness Centre operates at an extremely low subsidy from the Council and is willing to work with suppliers that can help us to operate with the same ethos.
The indicative annual spend per lot is set out below:
Lot 1 - Vending Solutions for the supply of hot and cold drinks and confectionary: GBP 28,000.
Lot 2 - Food/Café Products - Fresh and Frozen Products: GBP 33,000.
Lot 3 - General catering products and consumables (non-food products, napkins, cutlery, crockery etc: GBP 3,000.
II.1.6)Common procurement vocabulary (CPV)

15000000, 15800000, 15890000, 15980000, 15894500, 42933000, 42933300

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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The indicative annual spend per lot is set out below:
Lot 1 - Vending Solutions for the supply of hot and cold drinks and confectionary: GBP 28,000.
Lot 2 - Food/Café Products - Fresh and Frozen Products: GBP 33,000.
Lot 3 - General catering products and consumables (non-food products, napkins, cutlery, crockery etc: GBP 3,000.
Estimated value excluding VAT:
Range: between 200 000 and 256 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Vending Solutions for the supply of hot and cold drinks and confectionary
1)Short description
2)Common procurement vocabulary (CPV)

15000000, 15800000, 15890000, 15980000, 15894500, 42933000, 42933300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Food/Cafe products - Fresh and Frozen Foods
1)Short description
2)Common procurement vocabulary (CPV)

15000000, 15800000, 15890000, 15980000, 15894500, 42933000, 42933300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: General catering products and consuambles (non-food products, napkins, cutlery and crockery etc)
1)Short description
2)Common procurement vocabulary (CPV)

15000000, 15800000, 15890000, 15980000, 15894500, 42933000, 42933300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Councils reserves the right to request a deposit and or gaurantee.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
30 days from a correctly receipted invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Councils standard terms and conditions of contract.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As per the Pre Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required: As per the Pre Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As per the Pre Qualification Questionnaire.
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 3: and maximum number 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
YORE-9A6PME
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: 2.9.2013 - 10:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.9.2013 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.9.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Monitoring Officer.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
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
Expressions of interest and the Pre qualification questionnaire is available to download from the Council electonic tendering system.

www.yortender.co.uk

Contract Title: Provision of Food, Beverages, Vending Solutions and general catering supplies to the Craven Leisure Centre.
Contract Reference: YORE-9A6PME.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.8.2013