Back to tenders & grants page
United Kingdom-Glasgow: Processed food products
Receive Tenders like this by email

United Kingdom-Glasgow: Processed food products

Glasgow City Council has announced on 29 Jan 2021 that is accepting bids for the following project: United Kingdom-Glasgow: Processed food products.

The tender will take place in United Kingdom and will cover the Food industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-Glasgow: Processed food products. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

Glasgow City Council

Industry:

Food

Beverages

Status:

Accepting bids

Timeline

Published:

29 Jan 2021

Deadline:

Not available

Value:

Not available

Contacts

Name:

Denise Kyle

Phone:

+44 1412876403

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:48647-2021:TEXT:EN:HTML&src=0&tabId=2

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Glasgow City Council
Postal address: Chief Executives Department, City Chambers
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G2 1DU
Country: United Kingdom
Contact person: Denise Kyle
E-mail: [email protected]
Telephone: +44 1412876403
Internet address(es):
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Supply and Distribution of Specialist Produce

Reference number: GCC005163CPU PCS-T Project_16416
II.1.2)Main CPV code
15894000 Processed food products
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The supply and distribution of specialist produce including but not limited to pre-prepared, game and produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide café, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 425 339.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15250000 Seafood
15894000 Processed food products
15242000 Prepared fish dishes
II.2.3)Place of performance
NUTS code: UKM82 Glasgow City
Main site or place of performance:

Glasgow, UK.

II.2.4)Description of the procurement:

The supply and distribution of specialist produce (including pre-prepared, Game and Scottish) to council locations to be cooked and served by the councils in house catering provider, Encore Catering Services. Delivery will be required to locations including but not limited to the City Chambers, Glasgow Life venues including gyms, the Glasgow Royal Concert Hall, City Halls, Old Fruit Market, Mitchell Library, St Mungo's Museum of Religious Art and Life, Kelvinhall Gallery of Modern Art and Kelvingrove Art Gallery and Museum. The Burrell Collection, Emirates Arena, Tramway Theatre and the Lighthouse.

II.2.5)Award criteria
Quality criterion - Name: Price / Weighting: 45 %
Quality criterion - Name: Quality / Weighting: 55 %
Quality criterion - Name: Operational Service Levels - Contract Management / Weighting: 14 % of Quality
Quality criterion - Name: Supply Chain Resilience / Weighting: 8 % of Quality
Quality criterion - Name: Scottish Provenance / Weighting: 8 % of Quality
Quality criterion - Name: Mobilisation of Contract / Weighting: 5 % of Quality
Quality criterion - Name: Supply Chain Traceability / Weighting: 5 % of Quality
Quality criterion - Name: Preserving Resource / Weighting: 3 % of Quality
Quality criterion - Name: Co2 Emissions, Food Miles & Route Planning / Weighting: 3 % of Quality
Quality criterion - Name: Waste & Recycling for a Circular Economy / Weighting: 4 % of Quality
Quality criterion - Name: Fair Work Practices / Weighting: 5 % of Quality
Price - Weighting: Price
II.2.11)Information about options
Options: yes
Description of options:

Non-core items that are not included within the core basket of goods may be requested from the successful bidder and product reviews will be conducted as per the terms of the contract.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Bidders note that Affiliated Bodies may participate in this contract: City Building (Contracts) LLP; City Building (Glasgow) LLP; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport Glasgow (Trading) CIC; City Parking (Glasgow) LLP; City Property (Glasgow) LLP; City Property (Investments) LLP and Jobs and Business Glasgow Ltd.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 133-328057
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: GCC005163CPU
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
20/11/2020
V.2.2)Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Braehead Foods
Postal address: 7 Moorfield Park
Town: Kilmarnock
NUTS code: UK UNITED KINGDOM
Postal code: KA2 0FE
Country: United Kingdom
Internet address: https://www.braeheadfoods.co.uk/
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 425 339.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

Additional information

All products supplied must be fresh therefore not previously frozen unless otherwise agreed. Fresh produce must comply in all respects with the relevant provisions of law, as amended, governing the quality of products for human consumption and labelling as follows:

(i) Food Safety Act 1990;

(ii) The Food Hygiene (Scotland) Regulations 2006;

(iii) EEC Regulations 852/2004, 853/2004 and 854/2004;

(iv) The General Food Regulations 2004;

(v) The Food Information Regulations 2014.

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. Information regarding the European Single Procurement Document and contracting authority specific requirements can be found in the supplier guidance document which is located in the Buyers Attachment area of Public Contracts Scotland-Tender (PCS-T).

Freedom of Information Act — information on the FIO Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FIO Certificate (NB the council does not bind itself to withhold this information).

Tenderers Amendments — bidders must enter any clause, condition, amendment to specification or any other qualifications they may wish to make conditional on this offer.

Prompt Payment — the successful bidder shall, as a condition of being awarded the tender, be required to demonstrate to the councils satisfaction that all funds due to the tenderers permitted subcontractors in respect of the contract are paid timeously and that as a minimum invoices rendered by subcontractors in respect of payments due to any sub-subcontractors, if any. Bidders will be required to complete the prompt payment certificate.

Non-Collusion — bidders will be required to complete the Non-Collusion certificate.

Insurance Mandate — the successful bidder will be required to sign the Insurance Mandate contained in the Buyers Attachments area within PCS-T, authorising the council to request copies of insurance documents from the bidder’s insurance provider. If the mandate is not signed and returned, the council reserves the right to request copies of insurance certificates from the bidder at any point during the contract period.

Terms and Conditions — these are located with the Attachments Area of PCS-T.

Additional information pertaining to this contract notice is contained within the ITT and ESPD statements documents situated within the attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.

Bidders must provide pricing as instructed within the ITT and the Commercial Envelope within PCS-T. Failure to follow instructions may result a non-compliant bid that will be rejected and considered no further.

Bidders must complete Appendices 15-Cost Drivers, 16-Fillings and Mousseline Choices and 17-Nutritional Data and Allergen Information which are located within the General Attachments are of PCS-T as per instructions.

(SC Ref:641574)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Glasgow Sherriff Court and Justice of the Peace Court
Postal address: PO Box 23 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom
E-mail: [email protected]
Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Glasgow City council (‘the council’) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a Dynamic Purchasing System. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (‘The Regulations’). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court of the Court of Session where a consequence of a breach by the Council, suffers or risks suffering loss or damage.

The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the Dynamic Purchasing System unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic operators should be mindful to seek their own independent legal advise when they consider appropriate to do so.

VI.5)Date of dispatch of this notice:
25/01/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more