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

The Provision of Food and Catering products.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Plymouth City Council
Strategic Procurement Unit, Corporate Services, Civic Centre Floor 5, Armada Way
For the attention of: Phil Bees
PL1 2AA Plymouth
UNITED KINGDOM
Telephone: +44 1752307532
E-mail:

Internet address(es):

General address of the contracting authority: www.plymouth.gov.uk

Address of the buyer profile: www.supplyingthesouthwest.org.uk

Further information can be obtained from: ProContract
Internet address: www.supplyingthesouthwest.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ProContract
Internet address: www.supplyingthesouthwest.org.uk

Tenders or requests to participate must be sent to: ProContract
Internet address: www.supplyingthesouthwest.org.uk

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:
The Provision of Food and Catering products.
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: Schools across Plymouth.

NUTS code UKK41

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Council is looking to procure the Provision of Food and Catering products for the Education Catering Service providing tasty, healthy nutritious meals to Primary and Special Schools and Academies providing upwards of 8,000 meals per day across the city. The service was the first local authority caterer in the country to be awarded the Soil Associations Gold Standard Food for Life Catering Mark in recognition of our menus and use of using fresh seasonal menus and scratch cooking. Compassion in World Farming's Good Egg Award for using Free Range Eggs (2011) and for being recognised as the Local Authority Caterer of the Year 2013 by EDUcatering magazine and the wider industry nationally.
The introduction of Universal Infant Free School Meals from September 2014 delivers an expectation of a significant increase in meals provided by day alongside our drive to further improve services and increase paid meal take up across all sectors. We will be expecting potential contractors to demonstrate their readiness and business continuity for this but to also positively demonstrate how they will support the aims and objectives of the service and wider council.
The future offers exciting and innovative opportunities for the service, Council and the successful suppliers and partners to work together with schools to deliver on the actions within the national School Food Plan and proposed new food standards to deliver freshly prepared and cooked hot meals to children and young people that are nutritious, appetising, appealing, flavourful and affordable and with individual schools will transform the education of food and what children eat.
The service also now provides the Community Meals to referred clients and paying customers across the City, providing home cooked meals from scratch delivered hot and ready to eat in the clients home. This is a seven day 52 week service provided from designated school kitchens.
Contracts for the provision of food and food related items contained within these Lots needs to be in place and commence on the 1.10.2014. The contract will be for a period of 3 years, with the option to extend for a further two x 1 year periods.
Through the procurement of these contracts and services successful contractors will work with the service, schools and the wider council to support the health and well-being of citizens of all ages and combat health and other related problems through the provision of healthy ingredients to enable the delivery of food and menu choices that meet the required standard which appeal to our customers and available at affordable prices.
All prospective suppliers will know the importance of the provision of high quality school meals which is an essential aspect of the pupils' education and personal development and longer term health and well-being.
Plymouth is Britain's Ocean City and has at its core a vision of being one of Europe's most vibrant waterfront cities where an outstanding quality of life is enjoyed by everyone. Plymouth is also proud to be one of the country's pioneering local authorities and one of the first Co-operative Councils in England.
Through the Council's shared values of being Democratic, Responsible, Fair and Partners we will develop a Brilliant, Co-operative Council which creates a fairer Plymouth where everyone does their bit. We would expect, and want, prospective suppliers to join with us on that journey and, through these contracts, support these objectives and outcomes.
Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social / economic / environmental objectives. Accordingly, contract documents may relate to social / economic / environmental considerations.
II.1.6)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 and 15 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1
1)Short description
Representing Fresh Meat, Offal and Poultry - CPV 15100000, 15110000.
2)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

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: Lot 2
1)Short description
Representing Ambient Dry and Chilled foods - CPV 15000000, 15890000.
2)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

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: Lot 3
1)Short description
Representing Frozen Foods - CPV 15896000.
2)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot 4
1)Short description
Representing Dairy and Fresh Bakery Products - 15500000, 15810000.
2)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Lot 5
1)Short description
Representing Fresh Fruit and Vegetables - 15300000.
2)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Lot 6
1)Short description
Representing Disposable (Non-Food) Items - 39222100.
2)Common procurement vocabulary (CPV)

15000000, 15100000, 15110000, 15300000, 15500000, 15810000, 15890000, 15896000, 39222100

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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment and the payment terms and conditions will be set out in the Contract Agreement and also the Payment mechanism.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority will consider bids from companies or from consortia/joint ventures. However, legal entities must be formed prior to contract award. The Council reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
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: Will be detailed in a pre-qualification questionnaire and are as set out in Regulations 23 - 26 of the UK Public Contract Regulations 2006 (as amended).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Will be detailed in a pre-qualification questionnaire and in accordance with Regulation 24 of the UK Public Contract Regulations 2006 (as amended).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Will be detailed in a pre-qualification questionnaire and in accordance with Regulation 25 of the UK Public Contract Regulations 2006 (as amended).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 number of operators: 5
Objective criteria for choosing the limited number of candidates: Envisaged minimum number of operators is 5 per Lot. Objective criteria is as detailed in the PQQ document.
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:
13227
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
14.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.3.2014
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
Date: 21.4.2014 - 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Plymouth City Council
Civic Centre Armada Way
PL1 2AA Plymouth
UNITED KINGDOM
Telephone: +44 1752668000
Internet address: www.plymouth.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Plymouth City Council incorporates a minimum 10-calendar-day standstill period at the point information on the contract award is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address in point I.1 of this notice. Bidders should refer to the UK Public Contracts Regulations 2006 regarding remedies and seek independent legal advice.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.1.2014