Supply and Distribution of Fruit and Vegetables & Misc. Chilled Foods

A Tender Notice
by SAINT JOHN HENRY NEWMAN CATHOLIC COLLEGE

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year
Value
£52M
Sector
MISCELLANEOUS
Published
27 Oct 2023
Delivery
To 14 Feb 2028 (est.)
Deadline
27 Nov 2023 12:00

Concepts

Location

Oldham

Geochart for 5 buyers and 0 suppliers

Description

This Framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs of Saint John Henry Newman Catholic College it is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Blackpool Council, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at http://www.dukefieldfoodservice.com/fts-eligible-users. The framework will be let across nine Lots, with a maximum of 3 suppliers awarded a place on each of the Lots. This framework is designed to meet the Fruit and Vegetable & Misc. Chilled Food needs across the entire Public Sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation

Lot Division

1 North West & Cumbria
  • Value: £20M
2 East, North, West Yorkshire
  • Value: £4M
3 East Midlands
  • Value: £4M
4 West Midlands
  • Value: £4M
5 South Yorkshire
  • Value: £4M
6 North East
  • Value: £4M
7 South East
  • Value: £4M
8 South West
  • Value: £4M
9 Greater London
  • Value: £4M

Renewal Options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

CPV Codes

  • 15300000 - Fruit, vegetables and related products

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover a maximum number of lots.
  • Bids may cover one or more lots.
  • Options are available.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

The framework is being delivered through Saint John Henry Newman Catholic College and its partners Dukefield Foodservice Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Foodservice Ltd are acting as agents of Saint John Henry Newman Catholic College in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com the tender is available from the opportunities menu on the login page of the site. The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Saint John Henry Newman Catholic College expressly reserves the rights: (a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) to award a contract covering only part of the Contracting Authorities requirements if explicitly detailed within the tender documentation; (d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement; (h) the contracting authority will not be liable for any costs incurred by tenderers; (i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and (j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4). Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is third place.

Reference

Domains