Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Red Kite Learning Trust
Red Kite Learning Trust, Red Kite Office, Pannal Ash Road
Harrogate
HG2 9PH
UK
E-mail: tenders@pagabo.co.uk
NUTS: UKE12
Internet address(es)
Main address: https://www.rklt.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1276
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1276
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/pagabo/aspx/home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
National Framework for Food Supply Broker Services 2024
Reference number: AVP-RKLT-2005
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Red Kite Learning Trust are looking to establish a framework of providers for Food Supply Broker Services within the UK. The framework will allow Clients to access a framework providing purchase to pay (P2P) solutions in relation to the provision of food stuffs and associated items within the UK for the public sector. The procurement will be a single stage process following the Public Contract Regulations 2015 open procedure. The framework agreement will be established for a period of 3 years from 18th November 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance. The framework will be an all-encompassing lot covering the whole of the UK, which will operate with a maximum of 5 consultants. This framework agreement is being advertised and tendered, so it can be utilised by all Public-sector bodies, including Charities in the UK.
II.1.5) Estimated total value
Value excluding VAT:
225 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48490000
55523100
15800000
15000000
55524000
55510000
55512000
55523000
55520000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
To establish a framework of Organisations capable of providing purchase to pay (P2P) solutions in relation to the provision of food stuffs within the UK for the whole of the Public Sector. The framework will aim to provide the Public sector with a compliant framework that enables organisations to be able to purchase from local, as well as national providers via consolidated orders through a single P2P ordering portal. The scope of service for any appointed Organisation is:- Consolidated ordering portal- Supplier management carried out by the provider- Quality checks- Certification checks- Assisting Suppliers in obtaining relevant quality checks- Provide single consolidated invoice to client- Actual food suppliers to ship the products directly to client- Organisation carries out competitions on behalf of the client (if required), including any providers that the client wishes, to ensure value for money for the client- Organisation sets up the supply chain on the portal so that client can only order from the specified providers, including covering minimum order values- Organisation manages the supply chain- Organisation works with client to offer nutritional advice- Organisation works with client to provide supporting marketing materials around any new products or themes that the client requires- Organisation supports the client around menu creation, both in terms of cost and nutritional content. It is proposed that the term of this framework agreement will be for a period of 3 years from 18th November 2024, with the option to extend for a further period of up to 1 year at the discretion of the Central Purchasing Body and subject to satisfactory performance. The framework shall have the facility for Clients to Direct Award and Further Compete their requirement. The procurement will be a single stage process following the Public Contract Regulations 2015 Open Procedure. The framework will operate with a single lot and will operate with a maximum of 5 Suppliers.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
225 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
N/A
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
Justification for any framework agreement duration exceeding 4 years: N/A
IV.1.8) Information about 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:
2024/S 000-016132
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/09/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
13/09/2024
Local time: 17:00
Place:
N/A
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
Pagabo Limited, acting on behalf of Red Kite Learning Trust, is looking to appoint a number of Providers to a Framework Agreement to deliver Food Supply Broker Services, to the whole of the UK. The Framework Agreement is an all-encompassing Lot, which will cover all bodies in the UK Public Sector. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure. This Framework Agreement is being advertised and tendered, so it can be utilised by all public sector bodies in the UK, the full list of applicable public sector organisations is available in the Tender synopsis on Pagabo's In- Tend portal - https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1276 The framework shall have the facility for Client Organisations to Direct Award and Further Compete their requirement.The ITT documents can only be accessed when logged into In-Tend. If you are an existing supplier, please log into the system. If you are a new supplier, please make sure you register your company as an initial step on the in-tend website. Select the tab ‘Tenders’ then select ‘Current’. Search for the reference number on the left- hand side of the page and press enter. The tender advert will now be visible. To view the ITT documents, click 'View Details'. This will take you to a new screen, please click 'Express Interest'. Once in the tender there are 5 tabs; 'Tender', 'ITT -documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT docs) where you will find useful information under 'Tender Details'. Continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents. Opting In and out: please note you are required to 'Opt In' before you can access the 'My Tender Return' to start populating your response. The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer wish to receive any further communication in relation to this tender along with the opportunity of providing feedback and comments for this decision. You may amend your decision to ‘Opt In or Out’ at any time during the tender process. This procurement will be evaluated in accordance with the process set out in the bid pack documentation. Pagabo, on behalf of the contracting authority reserves the right to run all stages of the procurement concurrently. Pagabo, on behalf of the contracting authority reserves the right:(i) not to award any framework agreement, as a result of the procurement process, commenced by publication of this notice;(ii) in the event that there is a substantive challenge to the procurement and such challenge is confined to a single lot, Pagabo, on behalf of the contracting authority, reserves the right to the extent that it is lawful to do so to conclude a framework agreement with the successful bidder(s) in respect of the lot(s) that have not been challenged; and(iii) make whatever changes it may see fit to the content and structure of the tendering competition.
VI.4) Procedures for review
VI.4.1) Review body
High Courts of England and Wales
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As set out in the Public Contracts Regulations 2015
VI.5) Date of dispatch of this notice
24/07/2024