web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Rotherham: 18-047 Food and Beverages

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 148-338080/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Rotherham MBC
Postal address: Riverside House, Main Street
Town: Rotherham
Postal code: S60 1AE
Country: United Kingdom
Contact Person: Ms Angela Wilson
Telephone: +44 1709334551
Email: angela-proc.wilson@rotherham.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 18-047 Food and Beverages

Reference number: DN356569
II.1.2) Main CPV code: 15000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Catering provision at Rotherham Metropolitan Borough Council has several areas, the largest of which is the provision of 19 000 school meals each day to mainly Rotherham based school although there will be the requirement to delivery to several Doncaster schools and one Sheffield school.
There are also several residential care units and commercial café outlets which this contract will service.
Rotherham Metropolitan Borough Council aims to ensure any food provision is in-line with a healthy eating agenda to keep the community fit and healthy, as well as satisfying a variety of medical and religious dietary requirements.
The intention of this invitation to tender is to award Contract(s) for the supply and provision of a range of food products to any Rotherham Metropolitan Borough Council sites which require such goods.
II.1.5) Estimated total value:
Value excluding VAT: 9000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:The Contracting Authority reserves the right to award contracts combining the following lots or groups of lots:
Where the same supplier wins any combination of the 6 lots identified, the Council reserves the right to combine the award of those lots into a single contract.

II.2) Description
II.2.1) Title: Frozen Foods (excluding frozen meat and bacon and including medium to heavily processed Frozen meat and poultry products)

Lot No:1
II.2.2) Additional CPV code(s)
15200000, 15310000, 15331170, 15810000, 15812000, 15812200, 15894200, 15894300, 15896000

II.2.3) Place of performance
Nuts code: UKE31
II.2.4) Description of the procurement:
Provision of frozen foods (excluding frozen meat and bacon and including medium to heavily processed frozen meat and poultry products)
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 4535000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018

II.2.9) Information about the limits on the number of candidates to be invited
II.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
II.2.1) Title: Provision of Fresh Meat and Poultry and associated lightly processed Fresh Meat and Poultry Products.

Lot No:2
II.2.2) Additional CPV code(s)
15000000, 15100000

II.2.3) Place of performance
Nuts code: UKE31
II.2.4) Description of the procurement:
Provision of fresh meat and poultry and associated lightly processed fresh meat and poultry products.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 220000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018

II.2.9) Information about the limits on the number of candidates to be invited
II.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
II.2.1) Title: Provision of Frozen Meat, Poultry, Chilled Cooked Meats and lightly processed Frozen Meat and Poultry (e.g. bacon sausages, gammon and burgers)

Lot No:3
II.2.2) Additional CPV code(s)
15000000, 15100000, 15896000

II.2.3) Place of performance
Nuts code: UKE31
II.2.4) Description of the procurement:
Provision of frozen meat, poultry, chilled cooked meats and lightly processed frozen meat and poultry (e.g. bacon sausages, gammon and burgers)
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1850000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.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
II.2.1) Title: Provision of Bread/Morning Goods, Milk, Cream, Yoghurt’s and equivalent milk/cream products

Lot No:4
II.2.2) Additional CPV code(s)
03331000, 03333000, 15500000, 15811000

II.2.3) Place of performance
Nuts code: UKE31
II.2.4) Description of the procurement:
Provision of bread/morning goods, milk, cream, yoghurt’s and equivalent milk/cream products (Includes school milk and excludes UHT milk products) The Bread requirement is for standard pre-packed bread and does not include the Park and Leisure requirements.
Please note the bread requirement within this lot is for pre-packed bread products and excludes speciality bread products for the parks and leisure sites. The Council however reserve the right to use this lot for any ad-hoc requirements not satisfied through other contracts including for the parks should they have need.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1145000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.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
II.2.1) Title: Provision of Fruit and Vegetables (Fresh and Prepared and Associated By-products e.g. Oils)

Lot No:5
II.2.2) Additional CPV code(s)
03212100, 03220000, 03221200, 03222110, 03222118, 03222200, 03222300, 03222310, 03222330, 15313000, 15330000, 15332100, 15411000, 15411100, 15420000

II.2.3) Place of performance
Nuts code: UKE31
II.2.4) Description of the procurement:
Provision of Fruit and Vegetables (Fresh and Prepared and Associated By-products e.g. Oils)
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.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
II.2.1) Title: Soft Drinks / Pop, Crisps and Savoury goods and Confectionery

Lot No:6
II.2.2) Additional CPV code(s)
15840000, 15842000, 15894400, 15980000

II.2.3) Place of performance
Nuts code: UKE31
II.2.4) Description of the procurement:
Soft Drinks / Pop (excluding water unless on an ad-hoc requirement), Crisps and Savoury goods and confectionery.
This lot is predominantly to be used by all Locations with the Exception of schools.
However the council reserve the right to use this for any ad-hoc requirements not satisfied via other contracts.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 82000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.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 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:Please refer to Invitation to tender.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Please refer to Invitation to tender.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-09-04 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2018-09-04 Local time: 12:00 Place:Rotherham Metropolitan Borough Council

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:The contracts awarded will be for 36 months with the option to extend for either 1 x 24 months or 2 x 12 months and will be due for renewal again at the end of year 3 or at the end of year 5 depending on whether the option(s) to extend are taken. The Contract(s) are due to commence on the 1.12.2018.
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:
The estimated contract value range for each lot is as follows:
— Lot 1: 4 000 000 GBP — 5 000 000 GBP
— Lot 2: 200 000 GBP — 250 000 GBP
— Lot 3: 1 500 000 GBP — 2 200 000 GBP
— Lot 4: 900 000 GBP — 1 300 000 GBP
— Lot 5: 1 300 000 GBP — 1 700 000 GBP
— Lot 6: 350 000 GBP — 450 000 GBP
Total value Range 8 250 000 GBP — 10 900 000 GBP
VI.4) Procedures for review
VI.4.1) Review body
Official name: Rotherham MBC
Postal address: Riverside House, Main Street
Town: Rotherham
Postal code: S60 1AE
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-07-31