Tender

KMCPRP-166 Supply and Delivery of Frozen and Chilled Goods

THE COUNCIL OF THE BOROUGH OF KIRKLEES

This public procurement record has 1 release in its history.

TenderUpdate

22 Feb 2021 at 12:07

Summary of the contracting process

The procurement process titled "KMCPRP-166 Supply and Delivery of Frozen and Chilled Goods" is being conducted by The Council of the Borough of Kirklees, located in Huddersfield, West Yorkshire, UK. This tender falls under the goods category, specifically related to food, beverages, tobacco, and related products. It is currently in the planning stage, with specific requirements for suppliers to demonstrate their financial capability and relevant experience as outlined in the tender documents. Key dates and deadlines for submissions are critical for interested economic operators, as compliance with the specified criteria is essential for participation.

This tender presents a significant opportunity for businesses specialising in the supply and delivery of frozen and chilled food products, particularly those capable of fulfilling large-scale contracts in the public sector. Companies with a proven track record in food logistics, strong financial backing, and adequate insurance coverage will be well-suited to compete for this contract. Engaging with this procurement process could enhance business growth and open avenues for further partnerships with local authorities in the Kirklees area.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

KMCPRP-166 Supply and Delivery of Frozen and Chilled Goods

Notice Description

Single source contract for for the supply and delivery of Frozen and Chilled Food Products, to various locations and establishments throughout the Kirklees district in West Yorkshire, UK.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0294d9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003441-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

15 - Food, beverages, tobacco and related products


CPV Codes

15000000 - Food, beverages, tobacco and related products

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Feb 20215 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE COUNCIL OF THE BOROUGH OF KIRKLEES
Contact Name
Mr Robert Baines
Contact Email
robert.baines@kirklees.gov.uk
Contact Phone
+44 1484221000

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2NF
Post Town
Huddersfield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
Not specified

Local Authority
Kirklees
Electoral Ward
Newsome
Westminster Constituency
Huddersfield

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0294d9-2021-02-22T12:07:50Z",
    "date": "2021-02-22T12:07:50Z",
    "ocid": "ocds-h6vhtk-0294d9",
    "initiationType": "tender",
    "tender": {
        "id": "DN522234",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "KMCPRP-166 Supply and Delivery of Frozen and Chilled Goods",
        "classification": {
            "scheme": "CPV",
            "id": "15000000",
            "description": "Food, beverages, tobacco and related products"
        },
        "mainProcurementCategory": "goods",
        "description": "Single source contract for for the supply and delivery of Frozen and Chilled Food Products, to various locations and establishments throughout the Kirklees district in West Yorkshire, UK.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderers' Submission Document, which is available to download at: https://www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out in Sections I.1) and I.3) of this Notice above."
                        },
                        "where": {
                            "section": "III.1.1",
                            "label": "III.1.1"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Selection criteria as stated in the procurement documents"
                        },
                        "newValue": {
                            "text": "Selection criteria as stated in the procurement documents. See Section 4 of the SQ (available to download at www.yortender.co.uk): Economic operators must be able to submit either a copy of the audited accounts for the most recent two (2) years if requested. If it cannot, then it must provide either: a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation; b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or c) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of: a) the name of the organisation; b) the relationship to the economic operator completing the SQ; the organisation's company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank) Insurance - See Section 8.1 of the SQ (available to download at: https://www.yortender.co.uk). Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below: a) Employer's (Compulsory) Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); b) Public Liability Insurance, including Product Liability Insurance PS10,000,000 (in relationto any one claim or series of claims); and c) Product Liability Insurance PS10,000,000 (in relation to any one claim or series of claims). Minimum level(s) of standards possibly required Finance See Section 4 of the Selection Questionnaire (available to download at https://www.yortender.co.uk). The rationale applied will be economic operators being able to self-certify that they have an annual turnover of at an annual turnover of at least one (1) times the estimated annual value of the Contract as outlined within the Tender Documents and a positive net worth for the past (2) years. Failure by an economic operator to supply on request either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform the Contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator's company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic operator. Insurance - See 8.1 of the SQ (available to download at: https://www.yortender.co.uk). Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in exclusion."
                        },
                        "where": {
                            "section": "III.1.2",
                            "label": "III.1.2"
                        }
                    },
                    {
                        "newValue": {
                            "text": "Relevant experience - Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://www.yortender.co.uk). Minimum level(s) of standards possibly required Relevant experience - See Section 6 of the SQ (available to download at: https://www.yortender.co.uk). Pass - The Candidate has provided EITHER: a) at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with this Contract; OR b) a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority's requirements under the Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ. HOWEVER, economic operators are asked to note that: c) If economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples. d) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s). Any replies from any named customer contact(s)which lead the contracting authority, acting reasonably, to doubt any significant representations made in the economic operator's responses to Section 6 may result in exclusion. Fail - The economic operator: a) has failed to provide any examples of any previous contracts in response to Section 6 of the SQ; AND b) has failed to provide a satisfactory reason as to why they were unable to provide any examples; c) the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted this Contract."
                        },
                        "where": {
                            "section": "III.1.3",
                            "label": "III.1.3"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6255",
            "name": "The Council of the Borough of Kirklees",
            "identifier": {
                "legalName": "The Council of the Borough of Kirklees"
            },
            "address": {
                "streetAddress": "Town Hall, Ramsden Street",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD1 2NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Robert Baines",
                "telephone": "+44 1484221000",
                "email": "robert.baines@kirklees.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "http://www.kirklees.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6255",
        "name": "The Council of the Borough of Kirklees"
    },
    "language": "en"
}