Section one: Contracting authority
one.1) Name and addresses
City of Glasgow College
190 Cathedral Street, Glasgow
Glasgow
G4 0RF
Contact
Danielle Gough
danielle.gough@cityofglasgowcollege.ac.uk
Telephone
+44 1413755617
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.cityofglasgowcollege.ac.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
The Provision of a Diverse and Sustainable Catering Service
Reference number
CS/CoGC/25/29
two.1.2) Main CPV code
- 55520000 - Catering services
two.1.3) Type of contract
Services
two.1.4) Short description
City of Glasgow College is seeking an experienced and sustainably focussed catering provider to operate and develop food and beverage services for students, staff and visitors across its two campuses:
City Campus, 190 Cathedral Street, Glasgow, G4 0RF
Riverside Campus, 21 Thistle Street, Glasgow, G5 9XB
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
City of Glasgow College
City Campus - 190 Cathedral Street, Glasgow, G4 0RF
Riverside Campus - 21 Thistle Street, Glasgow, G5 9XB
two.2.4) Description of the procurement
City of Glasgow College seeks to appoint a forward-thinking, innovative and sector-leading Catering Provider to deliver a diverse, sustainable and inclusive catering service across both Campuses.
The successful bidder will provide catering for students, staff and visitors throughout the academic year, operating a multi-outlet service that is responsive to varying demand across campuses.
The Catering Service must be affordable, high quality and customer-focused, with standards that reflect best practice in ingredient quality, food safety, presentation, nutrition and customer service. The service is expected to deliver an attractive and modern catering offer aligned to student expectations and contemporary market trends.
Sustainability is a core theme of the contract. The successful bidder must embed sustainability throughout all aspects of service delivery, including food provenance, ethical and fair trade sourcing, animal welfare, sustainable fisheries, plant-forward menu development, biodiversity, energy usage, carbon management, reduction of single use plastics, and minimisation of food waste. The bidder will be expected to support the College’s wider sustainability and climate objectives and demonstrate continuous improvement over the life of the contract.
The contract places strong emphasis on generating meaningful social value and supporting the student experience. The successful bidder will be required to deliver added-value initiatives including modern apprenticeships, work placements, volunteering, employability activity, and collaboration with the Hospitality and Culinary Arts curriculum. Engagement with learners, including student led initiatives and menu development, will form a key element of contract performance.
The College intends to establish a collaborative partnership approach with the successful bidder, based on shared objectives, transparency and joint responsibility for improvement. The successful bidder will be responsible for the safe collection of waste oil, and will be required to adopt innovative waste and recycling practices to support carbon reduction objectives. General waste and mixed recycling services will be provided by the College.
The estimated contract value represents indicative projected turnover generated by the successful bidder from catering sales, based on historic trading data. It does not represent expenditure by the College.
two.2.5) Award criteria
Quality criterion - Name: Implementation & Mobilisation / Weighting: 3%
Quality criterion - Name: Workforce Management (TUPE, Recruitment,Fair Work,EDI,Modern Slavery) / Weighting: 3%
Quality criterion - Name: Training, Competence & Development / Weighting: 3%
Quality criterion - Name: Contract Management & Governance / Weighting: 5%
Quality criterion - Name: KPI Management & Performance Monitoring / Weighting: 2.5%
Quality criterion - Name: Quality Assurance & Audit / Weighting: 2%
Quality criterion - Name: Operational Delivery - Vision & Approach / Weighting: 5%
Quality criterion - Name: Food Concepts & Menus / Weighting: 5%
Quality criterion - Name: Hospitality & Events (Inc. Summer Schools) / Weighting: 2%
Quality criterion - Name: Marketing & Promotion / Weighting: 2.5%
Quality criterion - Name: Technology & Innovation / Weighting: 2%
Quality criterion - Name: Continous Improvement & Service Excellence / Weighting: 3%
Quality criterion - Name: Customer Experience & Engagement / Weighting: 2%
Quality criterion - Name: Health, Nutrition & Wellbeing / Weighting: 2%
Quality criterion - Name: Sustainability & Net Zero Delivery / Weighting: 5%
Quality criterion - Name: Carbon Reduction & Reporting / Weighting: 3%
Quality criterion - Name: Community Benefits & Added Value / Weighting: 3%
Quality criterion - Name: Site Visit / Weighting: 2.5%
Quality criterion - Name: Presentation / Weighting: 2.5%
Cost criterion - Name: Total College Return / Weighting: 10
Cost criterion - Name: Tarriffs / Weighting: 15%
Cost criterion - Name: Hospitality / Weighting: 5%
Cost criterion - Name: Summer School / Weighting: 5%
Cost criterion - Name: Investment / Weighting: 5%
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 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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-083905
Section five. Award of contract
Contract No
CS/CoGC/25/29
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
Bidders 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.
Declarations and Certificates:
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix C - Supply Chain Code of Conduct
Appendix E - PECOS Supplier Adoption Form
Appendix J - PVG Act Declaration
Appendix W - Declaration of Non-Involvement in Human Trafficking
Appendix X - Declaration of Non-Involvement in Serious Organised Crime
Appendix Y - Prompt Payment Certificate
In the case of an open tender this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.
(SC Ref:823414)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff and Justice of The Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom