Tender Details
Title

NCL-24-031 Supply and Delivery of Soft Drinks and Confectionary New College Lanarkshire NCL-24-031 Supply and Delivery of Soft Drinks and Confectionary New College Lanarkshire NCL-24-031 Supply and Delivery of Soft Drinks and ConfectionaryThe Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. Reference no:OCT493415 Published by:New College Lanarkshire Published to:External Deadline date:22/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04af76 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04af76Published by:New College LanarkshireAuthority ID:AA26945Publication date:22 October 2024Deadline date:22 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesNew College Lanarkshire1 Enterprise Way, Motherwell CampusMotherwellML1 2TXUK Telephone: +44 3005558080 E-mail: procurement@nclan.ac.uk NUTS: UKM84Internet address(es) Main address: http://www.nclanarkshire.ac.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461I.1) Name and addressesAyrshire CollegeDam ParkAyrKA8 0EUUK Telephone: +44 1563523501 E-mail: procurement@ayrshire.ac.uk Fax: +44 1563538182 NUTS: UKM93Internet address(es) Main address: http://www1.ayrshire.ac.uk/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00456I.2) Joint procurementThe contract involves joint procurementI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.uk/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.uk/I.4) Type of the contracting authorityBody governed by public lawI.5) Main activityEducationSection II: ObjectII.1) Scope of the procurementII.1.1) TitleNCL-24-031 Supply and Delivery of Soft Drinks and ConfectionaryII.1.2) Main CPV code15000000 II.1.3) Type of contractSuppliesII.1.4) Short descriptionThe Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise.II.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)1531230015312310158420001598200015842300II.2.3) Place of performanceNUTS code:UKM8Main site or place of performance:New College Lanarkshire's Motherwell, Coatbridge and Cumbernauld campuses, and Ayrshire College's Ayr, Kilwinning and Kilmarnock campuses.II.2.4) Description of the procurementThe Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. The requirements to be supplied and delivered will be from a core range of goods. Other items may be required over the contract period.II.2.5) Award criteriaCriteria below: Quality criterion: Quality Assurance & Delivery Methodology / Weighting: 10 Quality criterion: Ordering and Payment Process / Weighting: 7 Quality criterion: Product Recall / Weighting: 5 Quality criterion: Key Personnel / Weighting: 5 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting: 70II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: Yes Description of renewals:The Authority reserves the right to extend the Agreement for a further x2 12 months subject to satisfactory performance and continued Authority requirements.II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingList and brief description of selection criteria:Question 4B.6 of the SPD.Please complete the questions on financial accounts and supporting information. Successful Tenderer’s will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.Minimum level(s) of standards required:Pass = The Tenderer has provided all financial accounts and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing.Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing.III.1.3) Technical and professional abilityList and brief description of selection criteria:Question 4C.1.2 of the SPDBidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described.Question 4C.4 of the SPDPlease provide a statement of the relevant supply chain management and/or tracking systems use as requested below:Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:a) their standard payment termsb) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.Question 4C.7 of the SPDTenderers will be required to confirm that they will employ environmental management measures as follows:Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:- a completed copy of the Tenderer ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.For tenderers information, an example blank ‘relevant contract’ Climate Change Plan Template has been provided.Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.Question 4C.10 of the SPDPlease provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract.Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.Minimum level(s) of standards required:Question 4C.1.2Pass = The Tenderer provided 2 examples of relevant experience in the last three years.Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.Question 4C.4Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.Question 4C.7 of the SPDPass = The Bidder has provided a completed copy of their Bidder Climate Change Plan (or equivalent), when requested.Fail = The Bidder has not provided a completed copy of their Climate Chain Action Plan (or equivalent), when requested.Question 4C.10 of the SPDPass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided.Fail = Tenderer has failed to answer the question.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 22/11/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.7) Conditions for opening of tenders Date: 22/11/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:If the extension period were to be granted, the retender would occur in January 2029. However, if the extension period were to not be utilised, the retender would occur in January 2027.VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationEconomic 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.Where completion of specific appendices is indicated in the Procurement documents, these must be completed and uploaded to PCS-T as part of the ITT response.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27805. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343Community 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:Please demonstrate your organisations approach to delivering community benefits or achieving social value through this Agreement, for example, by providing training opportunities, apprenticeships, subcontractor opportunities or investment in the local community. Your response should refer (but not be limited) to the following areas detailed inSECTION 3 - TENDER QUESTIONS AND EVALUATION CRITERIA, paragraph 12 technical question - Responsible Procurement – Community Benefits (3%).(SC Ref:780787)VI.4) Procedures for reviewVI.4.1) Review bodyHamilton Sheriff CourtSheriff Court House, 4 Beckford StreetHamiltonML3 0BTUKVI.5) Date of dispatch of this notice21/10/2024 Coding Commodity categories ID Title Parent category 15842000Chocolate and sugar confectioneryCocoa; chocolate and sugar confectionery15842300ConfectioneryChocolate and sugar confectionery15312310Flavoured potato crispsPotato products15000000Food, beverages, tobacco and related productsAgriculture and Food15312300Potato crispsPotato products15982000Soft drinksNon-alcoholic beverages Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:procurement@nclan.ac.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.

Country
Language
English
Organization
Published Date
21.10.2024
Deadline Date
22.11.2024
Overview
NCL-24-031 Supply and Delivery of Soft Drinks and Confectionary New College Lanarkshire NCL-24-031 Supply and Delivery of Soft Drinks and ConfectionaryThe Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. Reference no:OCT493415 Published by:New College Lanarkshire Published to:External Deadline date:22/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04af76 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04af76Published by:New College LanarkshireAuthority ID:AA26945Publication date:22 October 2024Deadline date:22 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesNew College Lanarkshire1 Enterprise Way, Motherwell CampusMotherwellML1 2TXUK Telephone: +44 3005558080 E-mail: procurement@nclan.ac.uk NUTS: UKM84Internet address(es) Main address: http://www.nclanarkshire.ac.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461I.1) Name and addressesAyrshire CollegeDam ParkAyrKA8 0EUUK Telephone: +44 1563523501 E-mail: procurement@ayrshire.ac.uk Fax: +44 1563538182 NUTS: UKM93Internet address(es) Main address: http://www1.ayrshire.ac.uk/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00456I.2) Joint procurementThe contract involves joint procurementI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.uk/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.uk/I.4) Type of the contracting authorityBody governed by public lawI.5) Main activityEducationSection II: ObjectII.1) Scope of the procurementII.1.1) TitleNCL-24-031 Supply and Delivery of Soft Drinks and ConfectionaryII.1.2) Main CPV code15000000 II.1.3) Type of contractSuppliesII.1.4) Short descriptionThe Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise.II.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)1531230015312310158420001598200015842300II.2.3) Place of performanceNUTS code:UKM8Main site or place of performance:New College Lanarkshire's Motherwell, Coatbridge and Cumbernauld campuses, and Ayrshire College's Ayr, Kilwinning and Kilmarnock campuses.II.2.4) Description of the procurementThe Authority is seeking a Contractor for Supply and Delivery of Soft Drinks and Confectionary to both New College Lanarkshire (NCL) and Ayrshire College (AC). This is a joint procurement. New College Lanarkshire shall act as lead Authority for the purpose of administering this procurement exercise. The requirements to be supplied and delivered will be from a core range of goods. Other items may be required over the contract period.II.2.5) Award criteriaCriteria below: Quality criterion: Quality Assurance & Delivery Methodology / Weighting: 10 Quality criterion: Ordering and Payment Process / Weighting: 7 Quality criterion: Product Recall / Weighting: 5 Quality criterion: Key Personnel / Weighting: 5 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting: 70II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: Yes Description of renewals:The Authority reserves the right to extend the Agreement for a further x2 12 months subject to satisfactory performance and continued Authority requirements.II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingList and brief description of selection criteria:Question 4B.6 of the SPD.Please complete the questions on financial accounts and supporting information. Successful Tenderer’s will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.Minimum level(s) of standards required:Pass = The Tenderer has provided all financial accounts and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing.Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing.III.1.3) Technical and professional abilityList and brief description of selection criteria:Question 4C.1.2 of the SPDBidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described.Question 4C.4 of the SPDPlease provide a statement of the relevant supply chain management and/or tracking systems use as requested below:Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:a) their standard payment termsb) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.Question 4C.7 of the SPDTenderers will be required to confirm that they will employ environmental management measures as follows:Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:- a completed copy of the Tenderer ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.For tenderers information, an example blank ‘relevant contract’ Climate Change Plan Template has been provided.Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.Question 4C.10 of the SPDPlease provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract.Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.Minimum level(s) of standards required:Question 4C.1.2Pass = The Tenderer provided 2 examples of relevant experience in the last three years.Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.Question 4C.4Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.Question 4C.7 of the SPDPass = The Bidder has provided a completed copy of their Bidder Climate Change Plan (or equivalent), when requested.Fail = The Bidder has not provided a completed copy of their Climate Chain Action Plan (or equivalent), when requested.Question 4C.10 of the SPDPass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided.Fail = Tenderer has failed to answer the question.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 22/11/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.7) Conditions for opening of tenders Date: 22/11/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:If the extension period were to be granted, the retender would occur in January 2029. However, if the extension period were to not be utilised, the retender would occur in January 2027.VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationEconomic 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.Where completion of specific appendices is indicated in the Procurement documents, these must be completed and uploaded to PCS-T as part of the ITT response.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27805. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343Community 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:Please demonstrate your organisations approach to delivering community benefits or achieving social value through this Agreement, for example, by providing training opportunities, apprenticeships, subcontractor opportunities or investment in the local community. Your response should refer (but not be limited) to the following areas detailed inSECTION 3 - TENDER QUESTIONS AND EVALUATION CRITERIA, paragraph 12 technical question - Responsible Procurement – Community Benefits (3%).(SC Ref:780787)VI.4) Procedures for reviewVI.4.1) Review bodyHamilton Sheriff CourtSheriff Court House, 4 Beckford StreetHamiltonML3 0BTUKVI.5) Date of dispatch of this notice21/10/2024 Coding Commodity categories ID Title Parent category 15842000Chocolate and sugar confectioneryCocoa; chocolate and sugar confectionery15842300ConfectioneryChocolate and sugar confectionery15312310Flavoured potato crispsPotato products15000000Food, beverages, tobacco and related productsAgriculture and Food15312300Potato crispsPotato products15982000Soft drinksNon-alcoholic beverages Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:procurement@nclan.ac.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Copper Religious Financial Transactions Processing Justice Other Professional Turned Product and Screw Other Justice Tobacco Regulation Colleges Colleges Measuring Courts Navigational Colleges Courts 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 Copper Professional Process Funds
CPVS
Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Environmental management Mains Chocolate Nuts Sections Lavatory seats, covers, bowls and cisterns Carbon Beverages, tobacco and related products Tobacco goods Lead Training, workout or aerobic services Tobacco, tobacco goods and supplies Other community, social and personal services Templates Supports System, storage and content management software development services Parts of chain Chain Sugar Food, beverages, tobacco and related products Other services Keys Tobacco Electronic, electromechanical and electrotechnical supplies Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Profiles House Chains Nuts Templates Awards Beverages Soft drinks Environmental management Supply chain management Case making services Financial Instruments, Products, Contracts and Agreements Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Environmental Work Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Steel 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