Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
Contact
Ejiro Fajinmi
Telephone
+44 7811592949
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
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 for the Facilitation of Citizens Jury
Reference number
UOS-37287-2025
two.1.2) Main CPV code
- 79315000 - Social research services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Strathclyde’s Social Work and Social Policy department, through its THRIVING Food Futures research team, seeks a supplier to manage participant recruitment and coordinate the delivery of three citizens’ juries, each lasting three days.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The University of Strathclyde’s Social Work and Social Policy department, through its THRIVING Food Futures research team, seeks a supplier to manage participant recruitment and coordinate the delivery of three citizens’ juries, each lasting three days.
The supplier will work with the University in the design and recruitment of three, 3-day citizens juries, each with 18-22 participants of diverse backgrounds, across the UK (exact locations to be agreed).
The juries will each hold an initial 2-day (in person) workshop in 2027. This will be followed by 6 online meetings with participants, as a means of maintaining their engagement across 2027-2029, which will be facilitated by the University of Strathclyde. The final day of each jury would be in 2029. The supplier will attend all in-person jury sessions in 2027 and 2029. This design allows jury members to shape some of the research that they will then hear the results of in the final session, which will include policymakers. The purpose is to discuss research and policy recommendations that will enable the UK’s food system to help achieve Net Zero targets while also improving population health.
Specific requirements of the contract are to:
- Work with the THRIVING Food Futures (TFF) research team to design the three citizens’ juries and to finalise the location details. This will include ensuring each jury has a main facilitator, appropriate expert witnesses, a critical friend, an ethnographer and an administrator. The research team from the University and representatives from others in the group can provide at least 5 people to help with the facilitation, critical friend and note-taking roles. The wider TFF team can provide some expert witnesses.
- Recruit 18-22 participants to each of the three juries, using a mini-public design which ensures that the participants are representative of the local populations in terms of:
- Gender
- Ethnicity
- Age
- Socio-economic status
- Political/ideological preferences
A list of shortlisted participants will be provided to the University for review and acceptability no less than 4 weeks prior to each jury
- Process compensation payments to the participants to cover their time and travel. To ensure the process is as inclusive as possible, participants should be given the option to receive payments by bank transfer, cash on the day or vouchers.
The research team can also lead on the recruitment of expert witnesses
The key services to be provided by the supplier include:
A. Lead responsibility for the identification and booking of a suitable venue for each event
B. Lead responsibility for the recruitment of participants of diverse backgrounds.
C. Provide a list of shortlisted participants to the University for review
D. Lead responsibility for preparing and supporting participants
E. Supplier attendance at each jury event to welcome and assist participants on-site.
F. Lead responsibility for processing compensation payments to the participants
G. Participants will be given the option to receive payment by bank transfer (within one week of the event). Attendance at each jury event is required to process these payments
H. Assistance with the design and planning of each event.
I. Assistance with the facilitation of each event.
J. Lead responsibility for the transcription of audio data recorded at each event and provision of all other data in a format that can be analysed
K. Lead responsibility for producing a report of each event
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
39
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In line with Regulation 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
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.2.14) 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.
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.1.2
The bidder should provide its average yearly turnover for the number of financial years specified.
4B.5.1 – 4B.5.3
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Professional Risk Indemnity Insurance):
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover
(Employer’s (Compulsory) Liability Insurance):
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover For other insurances):
Minimum level(s) of standards possibly required
4B.1.2
Bidders will be required to have an average yearly turnover of GBP300,000 over the last 3 years
4B.5.1 – 4B.5.3
It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below
The Contractor shall maintain in force with reputable insurers employer’s liability insurance and public liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident and unlimited as to numbers of claims. The Contractor shall maintain in force with reputable insurers professional liability insurance in the sum of not less than GBP2,000,000 in respect of any one incident and unlimited as to numbers of claims.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2
Please provide relevant examples of supplies and/or services carried out during the last three years as specified
Minimum level(s) of standards possibly required
Bidders will be required to provide examples (3) that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Examples provided should be relevant and proportionate to the procurement exercise.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
18 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
18 February 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise.
For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Project code is 820786.
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 820786. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:820786)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom