18/0717 Suply and Delivery of Fresh Meat

A Contract Award Notice
by MORAY COUNCIL

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£27K-£124K
Sector
MISCELLANEOUS
Published
31 Oct 2022
Delivery
not specified
Deadline
n/a

Concepts

Location

Moray

Geochart for 1 buyers and 7 suppliers

1 buyer

2 suppliers

Description

Supply and Delivery of Fresh Meat to the whole of Moray. This will be split into 7 Production Area lots

Lot Division

1 Keith Area

Production kitchens Keith grammar, Keith and St Thomas Primary. 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

Award Criteria
Quality 60
Price 40
2 Buckie Area

Production kitchens Cullen, Millbank, Cluny Primary and Buckie High (with a possible 2 more production kitchen being opened), Birnie Day care centre. 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

Award Criteria
quality 60
Cost 40
3 Fochabers Area

Production kitchens Milnes, Mosstodloch, Lhanbryde Primary and Milnes High. 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

Award Criteria
Quality 60
Cost 40
4 Speyside Area

Mortlach, Rothes, Aberlour, Tomintoul Primary and Speyside High. 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

Award Criteria
Quality 60
Cost 40
5 Elgin Area

Production Kitchens New Elgin, Greenwards, East End, West End, St Sylvester’s, Seafield, Bishopmill, Linkwood Primary, Elgin high, Elgin academy and Cedarwood. 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

Award Criteria
Quality 60
Cost 40
6 Lossiemouth Area

Production kitchens Hopeman, St Gerardines, Hythehill Primary and Lossiemouth High. 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

Award Criteria
Quality 60
Cost 40
7 Forres Area

Kinloss, Andersons, Applegrove, Dyke, Pilmuir Primary and Forres Academy. 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

Award Criteria
Quality 60
Cost 40

Award Detail

1 Anderson Butchers (Buckie)
  • Buckie Area
  • Reference: 030708-2022-1
  • Value: £62,307
2 Anderson Butchers (Buckie)
  • Keith Area
  • Reference: 030708-2022-2
  • Value: £27,124
3 Anderson Butchers (Buckie)
  • Fochabers Area
  • Reference: 030708-2022-3
  • Value: £30,043
4 Fraser Bros (Forres)
  • Speyside Area
  • Reference: 030708-2022-4
  • Value: £28,815
5 Fraser Bros (Forres)
  • Elgin Area
  • Reference: 030708-2022-5
  • Value: £124,172
6 Fraser Bros (Forres)
  • Lossiemouth Area
  • Reference: 030708-2022-6
  • Value: £40,497
7 Fraser Bros (Forres)
  • Forres Area
  • Reference: 030708-2022-7
  • Value: £63,288

CPV Codes

  • 15100000 - Animal products, meat and meat products
  • 15110000 - Meat

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation. 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). 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. (SC Ref:711243)

Reference

Domains