Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

KMCCW-014 The Supply and Delivery of Prepared and Unprepared fresh fruit, vegetables and dairy products

  • Cyhoeddwyd gyntaf: 20 Hydref 2021
  • Wedi'i addasu ddiwethaf: 20 Hydref 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
The Council of the Borough of Kirklees
ID Awudurdod:
AA20279
Dyddiad cyhoeddi:
20 Hydref 2021
Dyddiad Cau:
08 Tachwedd 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Contract for the supply and delivery of prepared and unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire UK

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Council of the Borough of Kirklees

Town Hall, Ramsden Street

Huddersfield

HD1 2NF

UK

Person cyswllt: Mr Robert Baines

Ffôn: +44 1484221000

E-bost: robert.baines@kirklees.gov.uk

NUTS: UKE44

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.kirklees.gov.uk

Cyfeiriad proffil y prynwr: http://www.kirklees.gov.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.yortender.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.yortender.co.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

KMCCW-014 The Supply and Delivery of Prepared and Unprepared fresh fruit, vegetables and dairy products

Cyfeirnod: DN570324

II.1.2) Prif god CPV

03200000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

Single source contract for the supply and delivery of prepared an unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire. UK

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 200 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

15500000

II.2.3) Man cyflawni

Cod NUTS:

UKE44


Prif safle neu fan cyflawni:

The Council of the Borough of Kirklees, West Yorkshire, UK

II.2.4) Disgrifiad o’r caffaeliad

Contract for the supply and delivery of prepared and unprepared fresh fruit, vegetables and dairy products to various locations and establishments throughout the Kirklees district in West Yorkshire UK

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Maes prawf ansawdd: Social Value / Pwysoliad: 10

Price / Pwysoliad:  60

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 200 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

It is anticipated that the contract will commence on 1 April 2022 and will be put in place for a period of two (2) years to 31 March 2024. The Council may extend the contract for three (3) further twelve (12) month periods to 31 March 2027.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

This exercise is an open procedure in accordance with the requirements under Regulation 27

of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the

Goods described in the procurement documents which can be found at

www.yortender.co.uk

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament

and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI

2015/102) (the 'Regulations'),which require or permit the contracting authority not to select

or to treat as ineligible, economic operators, the contracting authority reserves the right to

exclude any economic operator whom they deem to not satisfy any criteria outlined within

the scoring matrices contained within the standard selection questionnaire ('SQ') within the

Tenderers' Submission Document, which is available to download at:

https://www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out

in Sections I.1) and I.3) of this Notice above

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents.

See Section 4 of the SQ (available to download at www.yortender.co.uk):

Economic operators must be able to submit either a copy of the audited accounts for the

most recent two (2) years if requested. If it cannot, then it must provide either:

a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance

Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year

of trading for this organisation;

b) a statement of the cash flow forecast for the current year and a bank letter outlining the

current cash and credit position; or

c) alternative means of demonstrating financial status if any of the above are not available

(e.g. forecast of turnover for the current year and a statement of funding provided by the

owners and/or the bank, charity accruals accounts or an alternative means of demonstrating

financial status).

Economic operators must also confirm whether or not they are part of a wider group (e.g. a

subsidiary of a holding/parent company), and if so must provide confirmation of:

a) the name of the organisation;

b) the relationship to the economic operator completing the SQ; the organisation's company

accounts (if available); and confirmation on whether or not this organisation would be willing

to provide a guarantee if necessary, and if not would the economic operator be able to obtain

a guarantee elsewhere (e.g. from a bank)

Insurance -

See Section 8.1 of the SQ (available to download at: https://www.yortender.co.uk).

Economic operators are asked to self-certify whether they already have, or can commit to

obtain, prior to the commencement date of the Contract, the levels of insurance cover

indicated below:

a) Employer's (Compulsory) Liability Insurance £10,000,000 (in relation to any one claim or

series of claims);

b) Public Liability Insurance, including Product Liability Insurance £10,000,000 (in

relationto any one claim or series of claims); and

c) Product Liability Insurance £10,000,000 (in relation to any one claim or series of claims).

Minimum level(s) of standards possibly required

Finance

See Section 4 of the Selection Questionnaire (available to download at

https://www.yortender.co.uk).

The rationale applied will be economic operators being able to supply any one of the documents listed in Section 4.1 (a) to (c) in order to demonstrate financial standing as requested under Section 4 of the SQ. Failure by an economic operator to supply on request either a copy of the

audited accounts for the most recent two (2) years or any one of the document listed in (a) -

(c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the

contracting authority, acting reasonably, to conclude (considering the risk that the relevant

answer suggests about the economic operator's ability to properly perform the Contract)

that it would be inappropriate to select the economic operator on this occasion may result in

exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent

or holding company is prepared to guarantee the performance of the economic operator's

company, the information provided in response to Sections 5.1 to 5.3 will be used in the

financial assessment of the economic operator.

Insurance -

See 8.1 of the SQ (available to download at:

https://www.yortender.co.uk).

Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in

exclusion.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Relevant experience-

Economic operators are asked to provide examples of relevant experience in accordance

with the requirements set out within Section 6 of the SQ (available to download at:

https://www.yortender.co.uk).

Minimum level(s) of standards possibly required

Relevant experience –

See Section 6 of the SQ (available to download at: https://www.yortender.co.uk).

Pass - The Candidate has provided EITHER:

a) at least one example of a previous contract that meets the minimum requirements set out

in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority

that the economic operator possesses the relevant general technical expertise and

professional experience to be entrusted with this Contract;

OR

b) a satisfactory reason as to why the economic operator is unable to provide any examples

of previous contracts that are relevant to the contracting authority's requirements under the

Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ.

HOWEVER, economic operators are asked to note that:

c) If economic operators need to use more than one example to demonstrate that they

possess the relevant general technical expertise and professional experience, they may do

so up to a maximum of three (3) examples.

d) The contracting authority reserves the right to confirm the accuracy of any information

provided in response to Section 6 of the SQ with any named customer contact(s). Any

replies from any named customer contact(s)which lead the contracting authority, acting

reasonably, to doubt any significant representations made in the economic operator's

responses to Section 6 may result in exclusion.

Fail - The economic operator:

a) has failed to provide any examples of any previous contracts in response to Section 6 of

the SQ;

AND

b) has failed to provide a satisfactory reason as to why they were unable to provide any

examples;

c) the examples given in response to Section 6 of the SQ do not demonstrate to the

reasonable satisfaction of the contracting authority that the economic operator possesses

the relevant general technical expertise and professional experience to be entrusted this

Contract.


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 08/11/2021

Amser lleol: 13:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 08/11/2021

Amser lleol: 13:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Provided that the tender is submitted fully in accordance with the requirements set out

within the Specification and the remaining sections of the procurement documents, the

contract will be awarded on the basis of the Most Economically Advantageous Tender based

on 30% quality, 10% Social Value and 60% Price.

Further specifics on the above award criteria can be found in the procurement

documentation that is available to access at www.yortender.co.uk

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales

N/A

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a

framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the

Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a

minimum ten (10) calendar day standstill period at the point that information on the award of

the Contract was communicated to economic operators. This period allowed any

unsuccessful economic operator(s) to seek further debriefing from the contracting authority

before the award of the Contract to the successful economic operators. Such additional

information should be requested from the address at Sections I.1 and I.3 of this Notice

above. If an appeal regarding the award of the Contract has not been successfully resolved,

then the Public Contracts Regulations2015 (SI 2015/102) 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 started within

thirty(30) days beginning with the date when the aggrieved party first knew or sought to

have grounds for starting the proceedings had arisen. The Court may extend the time limited

for starting proceedings where the Court considers that there is a good reason for doing so,

but not so as to permit proceedings to be started more than three (3) months after that date.

Where the Contract has not been awarded, the Court may order the setting aside of the

award decision or order the contracting authority to amend any document and may award

damages. If however the Contract has been awarded, the Court may only award damages or,

where the contract award procedures have not been followed correctly, declare the

Contract to be ineffective

VI.5) Dyddiad anfon yr hysbysiad hwn

19/10/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
15500000 Cynhyrchion llaeth Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
03200000 Grawnfwydydd, tatws, llysiau, ffrwythau a chnau Cynhyrchion amaethyddol, ffermio, pysgota, coedwigaeth a chynhyrchion cysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
robert.baines@kirklees.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.