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

Supply and delivery of dry foodstuffs to sheltered and supported living accommodation in Northern Ireland.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Apex Housing Association Limited
10 Butcher Street
Contact point(s): Finance Manager
BT48 6HL Londonderry
UNITED KINGDOM
Telephone: +44 2871304800
E-mail:
Fax: +44 2871304801

Internet address(es):

General address of the contracting authority: http://www.apexhousing.org

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
Housing and community amenities
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:
Supply and delivery of dry foodstuffs to sheltered and supported living accommodation in Northern Ireland.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UKN

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 contract is for the supply and delivery of dry foodstuffs to sheltered and supported living schemes managed by the Contracting Authority. The schemes are located throughout Northern Ireland with the majority being located in the north west of the province. It is anticipated that deliveries will be on a daily basis subject to the requirement of a particular scheme.
II.1.6)Common procurement vocabulary (CPV)

15890000, 15830000

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:
Estimated annual quantities are included in the tender documents.
Estimated value excluding VAT: 540 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contracting Authority reserves the right to extend the contract by a further 2 years.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
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: 36 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Subject to the status and involvement of the parties, the Contracting Authority may require parties to commit to joint and several liability in respect of the Contract. Alternatively, the Contracting Authority may expect the lead operator to take total responsibility. The Contracting Authority may require collateral warranties, parent company guarantees and/or performance bonds as applicable to be entered into with other economic operators and the Contracting Authority.
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Tenderers must have a minimum insurance cover of GBP 2 million public liability during the period of the contract.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Contracting Authority will require evidence that the tenderer has in place a Food Safety Management System and a Health and Safety Policy. The Contracting Authority will also require tenderers to provide two satisfactory trade references.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
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:
T003/14
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: 3.3.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 10.3.2014 - 12:00

Place:

10 Butcher Street, Derry BT48 6HL.

Persons authorised to be present at the opening of tenders: no

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

High Court of Justice (Northern Ireland)
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
E-mail:
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk
Fax: +44 2890313508

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on the award of contract is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed by breach of the rules to take action in the High Court (Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.1.2014