Tender

KMCCW-014 The Supply and Delivery of Prepared and Unprepared fresh fruit, vegetables and dairy products

KIRKLEES COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

08 Nov 2021 at 09:11

Tender

19 Oct 2021 at 08:04

Summary of the contracting process

The Kirklees Council is currently conducting a tender process identified as tender DN570324 for the supply and delivery of prepared and unprepared fresh fruit, vegetables, and dairy products. This procurement falls under the goods category, specifically within the CPV classification for cereals, potatoes, vegetables, fruits, and nuts. The contract, valued at £4,200,000, aims to serve various locations throughout the Kirklees district in West Yorkshire, UK. The deadline for bidders to submit their tenders is set for 22 November 2021, and the award period is scheduled to commence on the same date.

This tender presents significant opportunities for businesses specialized in the supply and delivery of fresh produce and dairy items. Companies experienced in catering to local councils or public sector requirements would be particularly well-placed to participate. Potential bidders should ensure they meet the selection criteria regarding quality, price, and social value, as the contract award will weigh these factors heavily. This procurement could enable suppliers to expand their market presence in the public sector and build long-term relationships with local authorities.

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

KMCCW-014 The Supply and Delivery of Prepared and Unprepared fresh fruit, vegetables and dairy products

Notice Description

Single source contract for the supply and delivery of prepared an unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire. UK

Lot Information

Lot 1

Contract for the supply and delivery of prepared and unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire UK. Additional information: This exercise is an open procedure in accordance with the requirements under Regulation 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Goods described in the procurement documents which can be found at www.yortender.co.uk

Renewal: It is anticipated that the contract will commence on 1 April 2022 and will be put in place for a period of two (2) years to 31 March 2024. The Council may extend the contract for three (3) further twelve (12) month periods to 31 March 2027.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ed2b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027912-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products

15 - Food, beverages, tobacco and related products


CPV Codes

03200000 - Cereals, potatoes, vegetables, fruits and nuts

15500000 - Dairy products

Notice Value(s)

Tender Value
£4,200,000 £1M-£10M
Lots Value
£4,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Nov 20214 years ago
Submission Deadline
8 Nov 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
KIRKLEES COUNCIL
Additional Buyers

THE COUNCIL OF THE BOROUGH OF KIRKLEES

Contact Name
Mr Robert Baines, Mrs Catherine O'Connor
Contact Email
catherine.oconnor@kirklees.gov.uk, 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
TLE44 Calderdale and Kirklees

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-02ed2b-2021-11-08T09:11:29Z",
    "date": "2021-11-08T09:11:29Z",
    "ocid": "ocds-h6vhtk-02ed2b",
    "description": "Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contract will be awarded on the basis of the Most Economically Advantageous Tender based on 30% quality, 10% Social Value and 60% Price. Further specifics on the above award criteria can be found in the procurement documentation that is available to access at www.yortender.co.uk",
    "initiationType": "tender",
    "tender": {
        "id": "DN570324",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "KMCCW-014 The Supply and Delivery of Prepared and Unprepared fresh fruit, vegetables and dairy products",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "03200000",
            "description": "Cereals, potatoes, vegetables, fruits and nuts"
        },
        "mainProcurementCategory": "goods",
        "description": "Single source contract for the supply and delivery of prepared an unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire. UK",
        "value": {
            "amount": 4200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Contract for the supply and delivery of prepared and unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire UK. Additional information: This exercise is an open procedure in accordance with the requirements under Regulation 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Goods described in the procurement documents which can be found at www.yortender.co.uk",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 4200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is anticipated that the contract will commence on 1 April 2022 and will be put in place for a period of two (2) years to 31 March 2024. The Council may extend the contract for three (3) further twelve (12) month periods to 31 March 2027."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15500000",
                        "description": "Dairy products"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE44"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Council of the Borough of Kirklees, West Yorkshire, UK"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.yortender.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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 supply any one of the documents listed in Section 4.1 (a) to (c) in order to demonstrate financial standing as requested under Section 4 of the SQ. 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-11-08T13:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-11-08T13:00:00Z"
        },
        "bidOpening": {
            "date": "2021-11-08T13:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-11-08T13:00:00Z"
                        },
                        "newValue": {
                            "date": "2021-11-22T13:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "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",
                "url": "https://www.yortender.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "http://www.kirklees.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1715",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-8440",
            "name": "Kirklees Council",
            "identifier": {
                "legalName": "Kirklees Council"
            },
            "address": {
                "streetAddress": "Civic Centre 1",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD1 2NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Catherine O'Connor",
                "telephone": "+44 1484221000",
                "email": "catherine.oconnor@kirklees.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "http://www.kirklees.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-8440",
        "name": "Kirklees Council"
    },
    "language": "en"
}