Tender Details
Title

Courier Services for Prepared Food and Related Sundry Products The council requires courier services to pick up and drop off prepared meals and related sundry products from a number of preparation kitchens to a variety of venues across Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the ...

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
18.11.2024
Overview
Courier Services for Prepared Food and Related Sundry Products The council requires courier services to pick up and drop off prepared meals and related sundry products from a number of preparation kitchens to a variety of venues across Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the ... Glasgow City Council Courier Services for Prepared Food and Related Sundry Products - Opportunity Courier Services for Prepared Food and Related Sundry Products Glasgow City Council F02: Contract notice Notice reference: 2024/S 000-033508 Published 17 October 2024, 10:49am Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Glasgow City Council 40 John St, City Chambers Glasgow G2 1DU Email Alyshah.Ali@glasgow.gov.uk Telephone +44 7385392147 Country United Kingdom NUTS code UKM82 - Glasgow City Internet address(es) Main address www.glasgow.gov.uk Buyer's address https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196 one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=4ec32c55-49e7-4b5c-aafa-1d88ef74cf8e&_ncp=1728287847377.11439-1 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=4ec32c55-49e7-4b5c-aafa-1d88ef74cf8e&_ncp=1728287847377.11439-1 Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=4ec32c55-49e7-4b5c-aafa-1d88ef74cf8e&_ncp=1728287847377.11439-1 one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Courier Services for Prepared Food and Related Sundry Products Reference number GCC006183CPU two.1.2) Main CPV codeII.1.2) Main CPV code 64120000 - Courier services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description The council requires courier services to pick up and drop off prepared meals and related sundry products from a number of preparation kitchens to a variety of venues across Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the boundaries of Glasgow City. Drivers must collect the empty food trays from each establishment and return to the original collection venue either on the same day or the next calendar day. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £1,706,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64120000 - Courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM82 - Glasgow City two.2.4) Description of the procurementII.2.4) Description of the procurement The council requires courier services to pick up and drop off prepared meals and related sundry products to a variety of locations throughout Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the boundaries of Glasgow City. Drivers must collect the empty food trays from each establishment and return to the original collection venue either on the same day or the next calendar day. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 20 Price - Weighting: 80 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £1,706,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals The framework will be 2 years with two optional separate periods of up to 12 months extension. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) 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. Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions Non Applicable three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.2) Contract performance conditionsIII.2.2) Contract performance conditions 1. Non-conformance: Number of times a non-conformance is responded to late should be no more than 3 times in a 12-month period. 2. Reduction in Carbon Emissions: Awarded supplier/s should work to reduce carbon emissions by any amount every 12 months. Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.1) Previous publication concerning this procedureIV.2.1) Previous publication concerning this procedure Notice number: 2024/S 000-018790 four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 18 November 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 17 March 2025 four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 18 November 2024 Local time 12:00pm Place Glasgow City Council 40 John Street Glasgow Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information Re ESPD Questions 4D.1,4D1.1,4D1.24D2,4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, and Environmental Management Standards or comply with all the questions noted in SPD Section 4D.Please refer to the ‘SPD Statements’ within the Invitation to Tender document.Health&Safety–applicants must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.Freedom of Information Act-Information on the FOI Act is contained in Appendix A of the ITT.Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Qualification Envelope within the PCS Tender portal(NB the council does not bind itself to withhold this information).Applicants will be required to complete the FOI certificate at ITT stage.Tenderers Amendments-Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate contained in the Qualification Envelope within the PCS tender portal(at ITT stage).Prompt Payment-The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt.The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors,if any.Applicants will be required to complete the prompt payment certificate contained in the Qualification Envelope area within PCS Tender portal.Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Qualification Envelope area within the tender portal.Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider.If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.Terms and Conditions are located within the Buyers Attachments area of the tender portal.Request for Documentation:Once the Evaluation of Price and Quality has been completed,the recommended Bidder will be expected to provide all documentation as specified in the SPD.When the Request for Documentation is made,Bidders must supply the relevant information within 5 working days.Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.Additional information pertaining to this contract notice is contained within the ITT documents.Applicants must ensure they read in line with this contract notice. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=779582. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: 70 community benefit points will be required for this framework. (SC Ref:779582) six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Glasgow Sheriff Court & Justice of the Peace Court PO BOX 23, 1 Carlton Place Glasgow G5 9DA Email glasgow@scotcourts.gov.uk Country United Kingdom Internet address https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/glasgow-sheriff-court-and-justice-of-the-peace-court/ six.4.3) Review procedureVI.4.3) Review procedure Precise information on deadline(s) for review procedures Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so. Back to top 1729240091 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Courier Services for Prepared Food and Related Sundry ProductsGlasgow City Council  The council requires courier services to pick up and drop off prepared meals and related sundry products from a number of preparation kitchens to a variety of venues across Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the ...  Notice typeF02: Contract noticeClosing18 November 2024, 12:00pmContract locationUKM82 - Glasgow CityTotal value £1,706,000 Publication date17 October 2024, 10:49am
NAICS
Business All Other Professional Jewelry Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Religious Financial Transactions Processing Justice Other Professional Cookie Highway Turned Product and Screw Other Justice Regulation Highway Jewelry Courts Courts Highway Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Metal Can Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts Collection, transport and disposal of hospital waste System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Carbon Frames Food trays Other community, social and personal services Permits Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems Mattocks, picks, hoes, rakes and beach rakes System, storage and content management software development services Food, beverage and tobacco-processing machinery Watches Picks Boxes Vats Prepared meals Pressure-reducing, control, check or safety valves Food, beverages, tobacco and related products Other services Seats, chairs and related products, and associated parts Keys Envelopes Control, safety or signalling equipment for roads Envelopes, letter cards and plain postcards Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Nuts Calendars Awards Watches Environmental management Quality control Single room Case making services Menu Boxes Financial Instruments, Products, Contracts and Agreements
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Environmental Work Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert