Opportunity

Provision of Temporary Catering Staff for the University of Strathclyde

  • University of Strathclyde

F02: Contract notice

Notice reference: 2021/S 000-021766

Published 2 September 2021, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Jemma Wylie

Email

jemma.wylie@strath.ac.uk

Telephone

+44 1415484451

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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