Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
UK
Contact person: Billy Robertson
Telephone: +44 7741082218
E-mail: Billy.Robertson@glasgowlife.org.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgowlife.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Catering Services for the 2023 UCI Cycling World Championships (Glasgow Activities)
Reference number: GLUCI023
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
The Organising Committee for the 2023 UCI Cycling World Championships (the “Glasgow Life”) wishes
to engage one or more suitably experienced and qualified Catering Services - Food and Beverage
Provider(s) to plan, deliver and manage all aspects of the Catering Services for the Glasgow Life at the
following venues:
- Knightswood BMX Venue, located at Archerhill Rd, Glasgow G13 3LS,
- George Square (Road World Champs Finish) located at George Square, Glasgow G1, and
- Glasgow Green (Urban) located at Greendyke St, Saltmarket, Glasgow G1 5DB.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Knightswood (BMX)
II.2.2) Additional CPV code(s)
55520000
55500000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Organising Committee for the 2023 UCI Cycling World Championships (the “Glasgow Life”) wishes to engage one or more suitably experienced and qualified Catering Services - Food and Beverage Provider(s) to plan, deliver and manage all aspects of the Catering Services for the Glasgow Life at the following venue:
-Knightswood BMX Venue, located at Archerhill Rd, Glasgow G13 3LS
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 5
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
George Square (Road World Champs Finish) and Glasgow Green (Urban)
II.2.2) Additional CPV code(s)
55520000
55500000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Organising Committee for the 2023 UCI Cycling World Championships (the “Glasgow Life”) wishes to engage one or more suitably experienced and qualified Catering Services - Food and Beverage Provider(s) to plan, deliver and manage all aspects of the Catering Services for the Glasgow Life at the following venues:
- George Square (Road World Champs Finish) located at George Square, Glasgow G1, and
- Glasgow Green (Urban) located at Greendyke St, Saltmarket, Glasgow G1 5DB.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 5
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: -
There is a minimum financial requirement that affects trading performance, and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House.
The undernoted requirements apply to both Lots
Trading Performance
An overall positive outcome on pre-tax profits over a 3-year period. Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio Pre-Tax Profit/Turnover.
Balance Sheet strength
Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets/Total Liabilities.
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.
An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House.
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.
If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, Glasgow Life will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.
Glasgow Life reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.
Minimum level(s) of standards required:
Employers (Compulsory) Liability Insurance
Bidder shall take out and maintain, throughout the period of their services, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period.
Public Liability Insurance
Bidder shall take out and maintain, throughout the period of their services, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one claim and unlimited in the period.
Product Liability
Bidder shall take out and maintain, throughout the period of their services, Employer’s Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one claim and unlimited in the period.
Professional Indemnity Insurance
Bidder shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION POUNDS STERLING (1,000,000) in respect of any one claim and in the aggregate.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders are required to provide three examples of similar nature services within the last five years which demonstrate they have the relevant experience required to undertake this contract. These examples should refer to at least one requirement of the Contract, such as delivery of outside catering services, catering in temporary structures or catering in addition to business as usual. Your examples should provide evidence of your capability, expertise, and experience in providing catering services. Please include:
- Names of the event, event type and operating dates;
- Number of guests;
- Number of areas serviced;
- Style of service and details regarding menu offers;
- Number of staff involved and the roles they fulfilled;
- How the overall project management of the catering services was delivered;
- Any external catering production facilities that were required;
- Details of working with any event sponsors;
- Any equipment that was hired;
- How the sustainability aims of the client were delivered, including examples of developing and implementing new ‘best practices’;
- Total event revenue;
This will be assessed on a pass and fail basis. Bidders who fail will not be taken forward in the evaluation process.
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health and Safety Policy which is
approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met
within the response to this question. Where a Bidder does not have a Health and Safety Policy and is required to do so, The Company may
exclude the Bidder from the competition.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
06/07/2023
IV.2.7) Conditions for opening of tenders
Date:
08/03/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23462. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of
specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which
deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social, or
environmental conditions into the delivery of contracts.
Examples of the categories and types of benefits are –
- Sponsorship of local organisation
- Mentoring – Suppliers offering support and guidance to local organisations and individuals
- Provide career night / event within local school, provide career information on the industry to interested individuals
- Sponsorship of a local sports team or community event
- Donation of materials and / or labour to support a local community project
- Offer weekly or monthly work experience placement to a nominated school pupil or Council apprentice
- Hold a workshop or event in a school, college, or community group
Please provide a detailed statement which must include:
a) details of the Community Benefits you will provide as part of this contract
b) what resource (staff responsible) will you use to ensure successful delivery
c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits
you wish to deliver; and
d) how you will update the Company on progress
(SC Ref:721470)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of Peace Court
1 Carlton Place
Glasgow
UK
VI.5) Date of dispatch of this notice
06/02/2023