Supply Distribution of Specialist Produce

A Contract Award Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Supply)
Duration
4 month (est.)
Value
£425K
Sector
MISCELLANEOUS
Published
25 Jan 2021
Delivery
To 30 May 2021 (est.)
Deadline
n/a

Concepts

Location

Glasgow, UK

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

The Supply Distribution of Specialist Produce including but not limited to pre-prepared, game 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.

Total Quantity or Scope

The Supply Distribution of Specialist Produce (including pre-prepared, Game 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 Life, Kelvinhall Gallery of Modern Art and Kelvingrove Art Gallery Museum. The Burrell Collection, Emirates Arena, Tramway Theatre and the Lighthouse.

Award Detail

1 Braehead Foods (Kilmarnock)
  • Reference: gcc005163cpu
  • Num offers: 1
  • Value: £425,339
  • Contractor is an SME.

Renewal 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.

Award Criteria

Price 45.0
Quality 55.0
Operational Service Levels - Contract Management _
Supply Chain Resilience _
Scottish Provenance _
Mobilisation of Contract _
Supply Chain Traceability _
Preserving Resource _
Co2 Emissions, Food Miles Route Planning _
Waste Recycling for a Circular Economy _
Fair Work Practices _
PRICE _

CPV Codes

  • 15894000 - Processed food products
  • 15000000 - Food, beverages, tobacco and related products
  • 15250000 - Seafood
  • 15242000 - Prepared fish dishes

Indicators

  • Options are available.
  • Award on basis of price.

Other 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. 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 sub-contractors in respect of the contract are paid timeously and that as a minimum invoices rendered by sub-contractors in respect of payments due to any sub sub-contractors, 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 Mousseline Choices and 17-Nutritional Data Allergen Information which are located within the General Attachments are of PCS-T as per instructions. (SC Ref:641574)

Reference

Domains