
Market Leads & Opportunities
United Kingdom-Durham: Prepared sandwiches
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 037-067658/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
University of Durham
Procurement Service, Mountjoy Centre, Holly Wing, Stockton Road
Durham
Postal code: DH1 3LE
United Kingdom
For the attention of: Linda Joyce
Phone: +44 1913344547
Email: Linda.Joyce@durham.ac.uk
Fax: +44 1913344539
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
OJEU16-003 — Sandwich Production.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UKC1
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Durham University is seeking to let a contract for the Sandwich Production Services.
The intention is appoint a sole supplier. The appointed supplier must be able to supply a range of products to meet the diverse needs. Deliveries will be required to various locations in Durham City and Stockton-on-Tees
The tender process will be undertaken through an electronic tendering system. The contract will initially be for 2 years with the option to extend for a further 2 years. The extension will be based on performance and requirements.
To express an interest you MUST go to the following link:
II.1.6) Common procurement vocabulary (CPV): 15811511, 15800000, 15810000, 15820000, 15850000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Contract value approx 250 000 per year for 4 years.
Estimated value excluding VAT:
1 000 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:The contract will initially be for 2 years with the option to extend for a further 2 years (1 year + 1 year). The extension will be based on performance and the University’s requirements.
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Requested in Pre-Qualification Questionnaire.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire.
Please go to the following link to see the Durham University exclusion criteria document:
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire.
Please go to the following link to see the Durham University exclusion criteria document:
Minimum level(s) of standards possibly required: Requested in Pre-Qualification Questionnaire.
Please go to the following link to see the Durham University exclusion criteria document:
III.2.3) Technical capacity
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 1 and maximum number 5
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
OJEU16/003
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:03.04.2017 – 12:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
29.03.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
18.4.2017
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 30.5.2017 – 12:00
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: Authorised University personnel using the eSourcing system.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years.
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender in dialogue and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
As in section V1.4.2 below
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision. The timescale for appeals will be detailed in the letter.If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.5) Date of dispatch of this notice:
20.02.2017
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> >