Contract notice
Supplies
Section I: Contracting authority
Internet address(es):
Main address: http://www.west-dunbarton.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
Section II: Object
Supply and Delivery of Bread, Rolls and Baked Goods
West Dunbartonshire Council is seeking to secure the services of an external contractor to Supply and Deliver Bread, Rolls and Baked Goods, to various establishments within the West Dunbartonshire area.
West Dunbartonshire Council is seeking to appoint a suitably qualified supplier(s) who is competent and capable to supply and deliver freshly baked goods including bread, rolls and cakes to various establishments within the West Dunbartonshire area.
Requirements will include multi-site delivery, fast turnover, ability to meet dietary requirements, logistic requirements in relation to perishable goods and varying quantities of a diverse product range that are fit for purpose.
Contract is for an initial period of 36 months (anticipated start date 1.1.2019), with an option to extend the contract for an additional 12 months.
Section III: Legal, economic, financial and technical information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 48 of the Public Contracts (Scotland) Regulations 2015.
ESPD Part 4B.2 Turnover — supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est. 69 000 GBP, therefore a turnover of 138 000 GBP is required.
ESPD Part 4B.4 Ratios — a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.
— (Ratio 1) Acid Test — (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1,
— (Ratio 2) Return on Capital Employed % — Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage,
— (Ratio 3) Current Ratio — Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 — WDC Financial Vetting Questionnaire, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 — Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.
Insurances
ESPD Part 4B.5.1 — It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below.
— Employers Liability Insurance — 10 million GBP each and every claim ESPD Part 4B5.2
— Public and Product Liability Insurance — 10 million GBP each and every claim
— Professional Indemnity Insurance — 5 million GBP each and every claim
These questions will be scored in line with “Evaluation Methodology” as detailed in WD01 however a minimum “pass” threshold of 2 acceptable(50 %) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress tostage 2 “award criteria (Technical and Commercial envelopes).
With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience of supplying and delivering bread, rolls and baked goods via a similar agreement as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice.
Supplier shall submit a list of customers (including relevant contact information)
These examples will be for Supply and delivery of Bread, Rolls and Baked Goods to local authorities with value similar or greater to West Dunbartonshire Council's requirements.
The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council.
ESPD 4C.11 bidders are required to supply electronic brochures with descriptions of the equipment offered.
ESPD 4D.1 contractors need to demonstrate satisfactory H&S accreditation or standards.
Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract.
Section IV: Procedure
Section VI: Complementary information
If extension periods are not utilised 2021. If extension option utilised 2022.
The following documents are all found in the general attachments area of PCS-T and should be completed and presented at the “Request for Documentation” stage on PCS-T.
Please note that all of these documents must be signed by an authorised signatory.
1) WD04 Parent Company Guarantee — if Required;
2) WD05 Non Collusion Certificate;
3) WD06 Health and Safety Questionnaire;
4) WD07 Certificate of Non-Canvassing;
5) WD08 FOI Declaration;
6) WD09 WDC Financial Vetting Questionnaire;
7) WD15 Police Scotland Checks;
8) WD16 GDPR;
9) WDC Declaration;
10) Insurance documents — Evidence of your company's insurance certificates detailing the required level of insurances as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area.
The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender.
With reference to information sharing with Police Scotland bidders are will be required to confirm acceptance to sharing company director’s details at preferred bidder’s status.
Minimum requirements to pass the qualification envelope, exclusion and selection criteria
Discretionary Scored Questions – Shortlisting Qualification Envelope Questions
These questions will be scored in line with the “Evaluation Methodology” detailed in WD01.
Tenders received will be subject to assessment, clarification and ranking by means of a structured process in accordance with this Council’s Standing Orders Relating to Contracts, in order to determine the Tender that is the Most Economically Advantageous to the Council.
Technical Envelope:
Tenderers are required to confirm compliance with the Terms and Conditions of Contract, failure to comply with these may result in the Tender Submission not being considered further.
Within this section Tenderers are required to confirm compliance with the Specification/ Scope, failure to comply with these may result in the Tender Submission not being considered further.
The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. The associated weighting for this overall section is 30 %
Q4D.1 Mandatory Pass/Fail Question –
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A — The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Note — Organisations with fewer than 5 employees are not required by law to have a documented policy.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10439. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
Tenderers are requested to offer community benefits within the technical envelope responses. If accepted by the council they will consider these to be a contractual requirement. Community Benefits will be scored within the technical responses to the ITT.
(SC Ref:556705)
Internet address: http://www.west-dunbarton.gov.uk