Contract notice
Section I: Contracting
authority
I.1) Name and addresses
New College Lanarkshire
1 Enterprise Way, Motherwell Campus
Motherwell
ML1 2TX
UK
Telephone: +44 3005558080
E-mail: procurement@nclan.ac.uk
NUTS: UKM84
Internet address(es)
Main address: http://www.nclanarkshire.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461
I.1) Name and addresses
Ayrshire College
Dam Park
Ayr
KA8 0EU
UK
Telephone: +44 1563523501
E-mail: procurement@ayrshire.ac.uk
Fax: +44 1563538182
NUTS: UKM93
Internet address(es)
Main address: http://www1.ayrshire.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00456
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
NCL-24-031 Supply and Delivery of Soft Drinks and Confectionary
II.1.2) Main CPV code
15000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
15312300
15312310
15842000
15982000
15842300
II.2.3) Place of performance
NUTS code:
UKM8
Main site or place of performance:
New College Lanarkshire's Motherwell, Coatbridge and Cumbernauld campuses, and Ayrshire College's Ayr, Kilwinning and Kilmarnock campuses.
II.2.4) Description of the procurement
The Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. The requirements to be supplied and delivered will be from a core range of goods. Other items may be required over the contract period.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Assurance & Delivery Methodology
/ Weighting: 10
Quality criterion: Ordering and Payment Process
/ Weighting: 7
Quality criterion: Product Recall
/ Weighting: 5
Quality criterion: Key Personnel
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 3
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend the Agreement for a further x2 12 months subject to satisfactory performance and continued Authority requirements.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Question 4B.6 of the SPD.
Please complete the questions on financial accounts and supporting information. Successful Tenderer’s will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.
Minimum level(s) of standards required:
Pass = The Tenderer has provided all financial accounts and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing.
Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Question 4C.1.2 of the SPD
Bidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described.
Question 4C.4 of the SPD
Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below:
Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.
Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.
Question 4C.7 of the SPD
Tenderers will be required to confirm that they will employ environmental management measures as follows:
Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- a completed copy of the Tenderer ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
For tenderers information, an example blank ‘relevant contract’ Climate Change Plan Template has been provided.
Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.
Question 4C.10 of the SPD
Please provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract.
Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.
Minimum level(s) of standards required:
Question 4C.1.2
Pass = The Tenderer provided 2 examples of relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
Question 4C.4
Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.
Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.
Question 4C.7 of the SPD
Pass = The Bidder has provided a completed copy of their Bidder Climate Change Plan (or equivalent), when requested.
Fail = The Bidder has not provided a completed copy of their Climate Chain Action Plan (or equivalent), when requested.
Question 4C.10 of the SPD
Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided.
Fail = Tenderer has failed to answer the question.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/11/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
22/11/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
If the extension period were to be granted, the retender would occur in January 2029. However, if the extension period were to not be utilised, the retender would occur in January 2027.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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.
Where completion of specific appendices is indicated in the Procurement documents, these must be completed and uploaded to PCS-T as part of the ITT response.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27805. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please demonstrate your organisations approach to delivering community benefits or achieving social value through this Agreement, for example, by providing training opportunities, apprenticeships, subcontractor opportunities or investment in the local community. Your response should refer (but not be limited) to the following areas detailed in
SECTION 3 - TENDER QUESTIONS AND EVALUATION CRITERIA, paragraph 12 technical question - Responsible Procurement – Community Benefits (3%).
(SC Ref:780787)
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
UK
VI.5) Date of dispatch of this notice
21/10/2024