Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dumfries and Galloway College
Bankend Road
Dumfries
DG1 4FD
UK
Contact person: Angela Van Gelder
Telephone: +44 07500051214
E-mail: avangelder@apuc-scot.ac.uk
Fax: +44 1387734040
NUTS: UKM92
Internet address(es)
Main address: www.dumgal.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00448
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/
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Catering Services
Reference number: 2023-11-DGC11
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
The Provision of Catering Services including Main Refectory, Vending, Retail and Hospitality covering campuses in Dumfries and Stranraer.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
55520000
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Dumfries and Galloway College - Dumfries and Stanraer Campuses
II.2.4) Description of the procurement
The requirement is to provide catering services at the Dumfries and Stranraer campuses as follows:
Dumfries:
Main Refectory, Coffee Shop, Retail Shop, 2 x Vending Outlets and Hospitality
Stranraer:
Main Refectory, 1 x Vending Outlet and Hospitality
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery - Pre-Opening Programme
/ Weighting: 5
Quality criterion: Service Delivery - Statutory Compliance
/ Weighting: 7.5
Quality criterion: Service Delivery - Operational Initiatives and Continuous Improvement
/ Weighting: 7.5
Quality criterion: Service Delivery - Marketing Approach
/ Weighting: 5
Quality criterion: Key Personnel
/ Weighting: 5
Quality criterion: Responsible Procurement - Sustainability and Community Benefits
/ Weighting: 5.5
Quality criterion: Responsible Procurement - Fair Work Practices
/ Weighting: 2
Quality criterion: Cyber Security Risks
/ Weighting: 2.5
Quality criterion: Business Continuity
/ Weighting: 2.5
Quality criterion: Phase Out and Exit Strategy
/ Weighting: 2.5
Quality criterion: Presentation
/ Weighting: 15
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by 2 x 12 month periods.
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:
Insurance Requirements
Please complete “Insurance Requirements” in the Qualification Questionnaire in PCS-Tender.
It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below and in PCS-T.
Question 4B.5.1.b Employers Liability – 5,000,000 GBP
Question 4B.5.2 Other Insurances
Public Liability – 10,000,000 GBP
Product Liability - 5,000,000 GBP
A copy of the Insurance Certificate or Brokers Letter must be provided prior to award to demonstrate that the Insurance requirements can be met.
Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.
All Insurance requirements are minimum standards and are mandatory. A fail will result in elimination of the procurement exercise.
Financial Accounts
Please complete “Economic and Financial Standing” in the Qualification Questionnaire in PCS-Tender.
Question 4B.6. Please complete the questions on financial accounts and supporting information on the SPD. The Successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. Alternatively, if you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Contract.
Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.
This information will be used to assess the Tenderer’s economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.
Minimum level(s) of standards required:
Insurance Requirements
Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.
Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.
Financial Accounts
Pass = The Tenderer has provided all financial accounts or banker's letter and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing.
Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Previous Relevant Experience
Please complete “Technical or Professional Ability” question in the Qualification Questionnaire in PCS-Tender.
Question 4C.1.2
Bidders will be required to provide 2 examples in the last 3 years that demonstrate that they have relevant experience to deliver the services as described.
Prompt Payment in the Supply Chain
Please complete “Technical or Professional Ability” question in the Qualification Questionnaire in PCS-Tender.
Question 4C.4
Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below:
Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.
Use of Sub-Contractors
Please complete “Technical or Professional Ability” question in the Qualification Questionnaire in PCS-Tender.
This question is for information only however it is mandatory that you provide a response.
Question 4C.10
Please provide details of the proportion (i.e. percentage) of the contract that you intend to sub-contract.
Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.
Minimum level(s) of standards required:
Previous Relevant Experience
Pass = The Tenderer provided 2 examples of relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
Prompt Payment in the Supply Chain
Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.
Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.
Use of Sub-Contractors
Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided.
Fail = Tenderer has failed to answer the question.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the Invitation to Tender and Terms and Conditions
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:
16/12/2022
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/12/2022
Local time: 12:00
Place:
Tenders shall be opened electronically via PCS-Tender.
Information about authorised persons and opening procedure:
Tenders shall be opened electronically via PCS-Tender.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
At end of contract either 36, 48 or 60 months.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Tenderers must submit the following forms with their tender submission:
Appendix A - Form of Tender
Appendix B - Freedom of Information (where applicable)
Appendix D - Sustain Supply Chain Code of Conduct
Appendix F - GDPR Contractor Assessment Form
Appendix G - Declaration of Non-Involvement in Serious Organised Crime
Appendix H - Declaration of Non-Involvement in Human Trafficking & Labour Exploitation
Appendix I - SCM RP Section 1
A site visit shall take place at the Dumfries Campus on Friday, 18th November at 11am. Tenderers shall confirm their attendance through the messaging portal on PCS-T. Please provide the name, role and a contact number for those attending. A site visit to Stranraer is available on request.
APUC Ltd is facilitating the tender process on behalf of the College.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22174. 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 Contractor will work with the College to deliver Community Benefits or Social Value where they are identifiable throughout the term of the Contract. Examples of Community Benefits or Social Value are providing training opportunities to Staff and Students via placements or internships, apprenticeships or any sponsoring and investment in the local community related to the Contract activity.
Bidders will make proposals around these as part of their tender submission and once agreed by the College, will become a contractual obligation for the Contractor.
(SC Ref:711321)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
UK
Telephone: +44 1387262334
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/dumfries-sheriff-court-and-justice-of-the-peace-court
VI.5) Date of dispatch of this notice
04/11/2022