web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Edinburgh: The Provision of Ambient and Frozen Food to Trust HA

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 115-261122/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 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Trust Housing Association Ltd
Postal address: 12 New Mart Road
Town: Edinburgh
Postal code: EH14 1RL
Country: United Kingdom
Contact Person: Kevin McGrath
Telephone: +44 1314441200
Email: kmcgrath@trustha.ore.uk
Fax: +44 1314444949
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:www.publiccontractsscotland.gov.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.publiccontractsscotland.gov.uk
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:www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Provision of Ambient and Frozen Food to Trust HA
II.1.2) Main CPV code: 15000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Ambient and frozen food supplies to trust developments for a 4 years period.
II.1.5) Estimated total value:
Value excluding VAT: 1300000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
15000000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
Supply and delivery of ambient and frozen food to Trust HA.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality of presentation/Weighting:20Quality criterion -Name: Service delivery/Weighting:10Quality criterion -Name: Product range/Weighting:20Quality criterion -Name: Sustainability/Weighting:5Quality criterion -Name: Waste management/Weighting:5Quality criterion -Name: Ethicla trading/Weighting:5Quality criterion -Name: Recycling/Weighting:5
Price – Weighting:30
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2018-10-01End: 2022-09-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent,
2) all candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process,
3) all candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession,
4) all candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession,
5) all candidates must comply with the requirements of the state in which they are established, regarding registration on the professional or trade register,
6) any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process,
7) all candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the state where they are established, when the law of that state prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation,
8) all candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant state in which the candidate is established,
9) all candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant state in which the economic operator is established.
III.1.2) Economic and financial standing
List and brief description of selection criteria: 1) All candidates will be required to provide a reference from their bank,
2) all candidates will be required to provide evidence of relevant professional risk indemnity insurance,
3) all candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice,
4) all candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years,
2) details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract,
3) samples, descriptions and /or photographs, the authenticity of which must be certified if the contracting authority so requests,
4) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided,
5) a check may be carried out by the contracting authority or by a competent official body of the state in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures,
6) an indication of the proportion of the contract which the services provider intends possibly to subcontract.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-07-16 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-07-31
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Note: to register your interest in this notice and obtain any additional information please visit the public contracts Scotland Web Site at:
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at:
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:546905)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Trust Housing Association Ltd
Postal address: 12 New Mart Road
Town: Edinburgh
Postal code: EH14 1RL
Country: United Kingdom
Telephone: +44 1314441200
Fax: +44 1314444949
Internet address:

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
16.7.2018 — deadline for ESPD,
16 – 23.7.2018 — evaluate ESPD,
31.7.2018 — invitation to tender,
4.9.2018 — deadline tender submission,
5 – 10.9.2018 — tender evaluation.

VI.5) Date of dispatch of this notice:2018-06-15