Catering Services Contract – Strathclyde Country Park
Catering Services for The Glasgow 2018 European Championships at the following venue: Strathclyde Country Park.
United Kingdom-Glasgow: Catering services
2017/S 164-338220
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Chief Executives Department, City Chambers
Glasgow
G2 1DU
United Kingdom
Contact person: Louise Campbell
Telephone: +44 1412879774
E-mail: louise.campbell2@glasgow.gov.uk
Fax: +44 1412879399
NUTS code: UKM82
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Catering Provision at Strathclyde Country park.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Glasgow City Council (GCC) wishes to engage with the suitably experienced and qualified Catering Service Provider to plan, deliver and
manage the Catering Services for The Glasgow 2018 European Championships at the following venue;
Strathclyde country park
(VENUE CODE — SCP), located 366 Hamilton Rd, Motherwell ML1 3ED, Lanarkshire.
II.1.6)Information about lots
II.2.3)Place of performance
Strathclyde Country Park, 366 Hamilton Road, Motherwell ML1 3ED.
II.2.4)Description of the procurement:
Glasgow City Council (GCC) wishes to engage with the suitably experienced and qualified Catering Service Provider to plan, deliver and
manage the Catering Services for The Glasgow 2018 European Championships at the following venue;
Strathclyde country park
(VENUE CODE — SCP), located 366 Hamilton Rd, Motherwell ML1 3ED, Lanarkshire.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Not Applicable.
III.1.2)Economic and financial standing
Bidders must comply with the under-noted minimum financial requirements in order to participate in the tendering process.
There is a minimum financial requirement that affects trading performance and balance street strength. Financial requirements should be
calculated on latest filed accounts with Companies House. Non company organisations (Sole Traders, Partnerships) must supply
documentary evidence that the under-noted financial requirements have been met.
Trading Performance Ratio
An overall positive outcome on pre-tax profits over a 3 year period
Exceptional items can be excluded from the calculation.
Balance Sheet Strength
Net worth of the organisation must be positive
Intangibles can be included for purposes of the Total Assets figures
The above would be expressed in the ratio Total Assets/Total Liabilities
Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above
minimum financial requirements for the period in which they have been trading.
Applicants, who do not comply with the above financial requirements but are part of a group, can provide a Parent Guarantee if the Parent
Company satisfies the financial requirements stipulated above.
The following insurances are required for this contract:
Employer’s Liability
The organisation/consultant shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value
of at least ten million (10 000 000) pounds sterling in respect of any one claim and unlimited in the period.
Public Liability
The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at
least ten million (10 000 000) pounds sterling in respect of any one claim and unlimited in the period.
Products Insurance
The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of
at least ten million (10 000 000) pounds sterling in respect of any one claim and in the aggregate.
3.3.4 Glasgow City Council’s Professional Indemnity and Contract Works Insurance Requirements
Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity and Contracts Works
Insurance required to cover any services to be performed within the scope of the contract.
The standard requirement for Glasgow City Council is:
— Professional Indemnity,
— The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of
the event, Professional Indemnity insurance to the value of a minimum five million (5 000 000) pounds sterling in respect of
any one claim and in the aggregate.
— The organisation/consultant shall take out and maintain throughout the period of the services, Contract Works insurance to the value of
the contract.
The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent
body for other EU member states and any Provider shall not sub-contract any part of the Service commission unless the sub-contractor is
similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead Provider to ensure this is the case.
Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that
the specified insurance will be obtained.
III.1.3)Technical and professional ability
Please provide 2 examples where you provided Obligatory and User Pays Catering to multiple Client Groups delivered within the last 5 years that demonstrate you have the relevant experience to deliver the services.
Examples provided should outline your experience in provision of Catering Services (preferably in a multi-sport green field environment)similar in scale and complexity to that outlined in the scope of works and must demonstrate the ability to deliver buffet style catering(limited hot options) to over 750 people over 3 days.
Your example should also demonstrate;
— catering infrastructure you installed
— that you employed a minimum of 40 staff
— state details of any sub-contractors or other third party suppliers your organisation had to interface with to deliver and support the services;
— minimum details indicating the event and duration, number and type of meals served to each client Group;
— technical summary of how the Catering was delivered, clearly identifying what your responsibilities were within the process.
The council will then evaluate the most economically advantageous tender by scoring each tender against the award criteria as described below.
Bidders are asked to note that the score obtained by tenders which are assessed as passing the Minimum Criteria as set out in section 8.3 shall not be carried forward, so that the evaluation of award is dealt with completely separately under section 8.4.
The score for each criterion will be weighted by multiplying it by the weighting factor described below and the sum of the weighted scores used to calculate the overall economically advantageous score for each Bidder for the full Tender.
The following list identifies the weightings of each section: –
Price Breakdown:40 %
— Obligatory Client 25 %
— Minimum Guarantee 10 %
— Profit 5 %
Quality Breakdown:60 %
— Project Team 3 %
— Food Charter 8 %
— Seasonal Produce 2 %
— ‘Look’ and Methodology 4 %
— Catering Service Project Timeline 4 %
— HRM Plan 6 %
— Operations Plan 6 %
— Equipment Plan 2 %
— Communications Plan 1 %
— Compliance to Regulations 8 %
— Food Standards and Menu Requirements 5 %
— User Pays Menus and Price Plan 6 %
— Fair Work Practices 5 %
Community Benefits Mandatory — Non Evaluated.
Bidders must score a minimum threshold of 60 % for the Technical and Professional ability question.
III.2.2)Contract performance conditions:
Key Performance Indicators applicable to the contract will be provided in the Invitation to Tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Additional information pertaining to this contract notice is contained in the Invitation to Participate and ESPD statement documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8816. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:508235)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8816. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:509361).
VI.4.1)Review body
Chief Executives Department, City Chambers
Glasgow
G2 1DU
United Kingdom
Telephone: +44 1412872000
E-mail: louise.cambell2@glasgow.gov.uk
Fax: +44 1412879399Internet address:www.glasgow.gov.uk
VI.4.3)Review procedure
Glasgow City Council (‘the Council’) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers
and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing
system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means
the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the
period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 85 (1) of the Public Contracts (Scotland)
Regulations 2015 (‘the Regulations@). The Council is obliged to comply with the Regulations and any eligible economic operator can bring
an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or
damage. The bringing of court proceedings during the standstill period means that the Council must not enter into any contract or conclude
the contract unless the proceedings are determined, discounted or disposed of; or the court by interim order, brings to an end the
prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are
detailed in the Regulation. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council
must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advise when they consider
appropriate to do so.
VI.5)Date of dispatch of this notice:
Related Posts
Catering Services for Derby City’s Council House
Hot Drinks and Vending Contract, Skipton
Tender for Catering Services in Oxfordshire
Concession Contract to Provide Hospital Retail Catering Units
Devon and Cornwall Police Catering Contract