Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Jemma Wylie
Telephone
+44 1415484451
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Temporary Catering Staff for the University of Strathclyde
Reference number
UOS-16645-2021
two.1.2) Main CPV code
- 79620000 - Supply services of personnel including temporary staff
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Strathclyde seeks to appoint suitably qualified and experienced (SQEP) recruitment Agencies on a Framework
Agreement to fulfil the University’s part-time and temporary catering staff needs. Supplier(s) will be called upon as and when required, to
support the University’s in-house hospitality, refreshment retail and catering department Nourish.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Front of House
Lot No
1
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The provision of a reliable and cost-effective service in the supply of temporary and interim catering staff, from which the University can secure reliable, experienced and qualified (where applicable) candidates to provide cover in the following circumstances listed below:
Emergency Sickness / Absent in-house resource cover
Temporary vacancy cover
Contingency/reserve staff for large corporate and or
commercial events
Provision of an online booking and reporting portal and dedicated Account Manager.
This lot will include, but will not be limited to the provision of suitably qualified and experienced:
Barista
Plate Waiting / Hospitality Server Staff
Administration Support Staff
Retail Staff
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
At solely the University's discretion, this contract can be extended for a period of 2x 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Back of House
Lot No
2
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
- 55520000 - Catering services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The provision of a reliable and cost-effective service in the supply of temporary and interim catering staff, from which the University can secure reliable, experienced and qualified (where applicable) candidates to provide cover in the following circumstances listed below:
Emergency Sickness / Absent in-house resource cover
Temporary vacancy cover
Contingency/reserve staff for large corporate and or
commercial events
Provision of an online booking and reporting portal and dedicated Account Manager.
This lot will include, but will not be limited to the provision of suitably qualified and experienced:
This lot will include, but will not be limited to the provision of suitably qualified and experienced:
Sous Chef (Deputy Chef)
Commis Chef (Junior Chef)
Dishwasher
Chef de partie (Station Chef)
Kitchen porter
Goods logistics (Drivers and Central stores support)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
At solely the University's discretion, this contract can be extended for a period of 2 x 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.1
4B.5.1-4B.5.3
Minimum level(s) of standards possibly required
4B.5.1-4B.5.3 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 indicated below:
Employer's (Compulsory) Liability Insurance= 10,0000,000.00 GBP
Public and Product Liability Insurance= 2,000,000.00GBP
Professional Risk Indemnity Insurance= 2,000,000.00 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2
Minimum level(s) of standards possibly required
4C.1.2 Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.
For each lot that they are bidding for, the Tenderer must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice. For example, if the Tenderer is bidding for both lots, then they must provide 3 examples for each, which totals as 6 examples.
This question will be scored in accordance with the Scoring Methodology noted in Section 3.2. of the ITT document. by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to each example. Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 October 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 February 2022
four.2.7) Conditions for opening of tenders
Date
4 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40781. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19402. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:663266)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G59TW
Country
United Kingdom