Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John Street
Glasgow
G2 1DU
Contact
Caroline Dougan
caroline.dougan@glasgow.gov.uk
Telephone
+44 1412876845
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=AA00196
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Supply and Delivery of School Compliant Soluble Hot Chocolate
Reference number
GCC006165CPU
two.1.2) Main CPV code
- 15980000 - Non-alcoholic beverages
two.1.3) Type of contract
Supplies
two.1.4) Short description
The soluble compliant school hot chocolate supplied and delivered to all secondary school premises must comply in all respects with the relevant provisions of law, as amended, governing the quality of products for human consumption and labelling as follows -
(i) Food Safety Act 1990
(ii) The Food Hygiene (Scotland) Regulations 2006
(iii) The General Food Regulations 2004
(iv) The Food Information (Scotland) Regulations 2014 as amended
The compliant Regulated specification for the soluble hot chocolate is detailed below-
The hot chocolate must be compliant with the Nutritional Requirements for Food and Drink in Schools (Scotland) Regulations 2020 Schedule 2 Part1 Section 15 (f).
Consumables containing sugar or fat provided by the successful Supplier must comply with the nutritional guidance contained within the Nutritional Requirements for Food and Drink in Schools Regulations (Scotland) 2020 as detailed below:
Lower fat milk drinks containing no more than 0.5g of free sugar per 100ml
No more than 5g of total sugar per 100ml
No more than 1.8g of total fat per 100ml
Please note - It is the Glucose Syrup or Dried Glucose Syrup in the ingredients of the vast majority of Hot Chocolate that would count as added sugar, and thus would contravene the Regulations.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £18,775
two.2) Description
two.2.2) Additional CPV code(s)
- 15000000 - Food, beverages, tobacco and related products
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow area
two.2.4) Description of the procurement
The soluble compliant school hot chocolate supplied and delivered to all secondary school premises must comply in all respects with the relevant provisions of law, as amended, governing the quality of products for human consumption and labelling as follows -
(i) Food Safety Act 1990
(ii) The Food Hygiene (Scotland) Regulations 2006
(iii) The General Food Regulations 2004
(iv) The Food Information (Scotland) Regulations 2014 as amended
The compliant Regulated specification for the soluble hot chocolate is detailed below -
The hot chocolate must be compliant with the Nutritional Requirements for Food and Drink in Schools (Scotland) Regulations 2020 Schedule 2 Part1 Section 15 (f).
Consumables containing sugar or fat provided by the successful Supplier must comply with the nutritional guidance contained within the Nutritional Requirements for Food and Drink in Schools Regulations (Scotland) 2020 as detailed below:
Lower fat milk drinks containing no more than 0.5g of free sugar per 100ml
No more than 5g of total sugar per 100ml
No more than 1.8g of total fat per 100ml
Please note - It is the Glucose Syrup or Dried Glucose Syrup in the ingredients of the vast majority of Hot Chocolate that would count as added sugar, and thus would contravene the Regulations.
two.2.5) Award criteria
Quality criterion - Name: Sampling Tasting / Weighting: 40
Quality criterion - Name: Project Implementation Plan / Weighting: 3
Quality criterion - Name: Service Delivery - Roles and Responsibilities / Weighting: 14
Quality criterion - Name: Service Delivery - Late deliveries / Weighting: 5
Quality criterion - Name: Account Management / Weighting: 4
Quality criterion - Name: Supply Chain Resilience / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 9
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 15
two.2.11) Information about options
Options: Yes
Description of options
Substitution of Product (not additional)
If during the term of the contract, the successful Supplier is unable to continue to supply the exact item requested, the successful Supplier must inform the representative within the CPU via email, giving sound reason for their inability to do so. The successful Supplier must provide the allergen and nutritional data sheet for proposed substitute item as any alternative product offered must be acceptable to the council. The CPU member of staff will require to consult with the Senior Food Safety Advisor to receive confirmation that a substitute item can be accepted.
Following confirmation of approved data sheet, the council will request samples to be provided in order to test. The alternative product must be of an equivalent-higher specification and be charged at the agreed contract price or less.
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 000-009856
Section five. Award of contract
Contract No
GCC006165CPU
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2025
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Caffia Coffee Group
Lomond House, 25A Russel Street
FALKIRK
FK2 7HS
Telephone
+44 7557800035
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £18,775
Section six. Complementary information
six.3) Additional information
Contract value is estimated based on rates submitted. Actual contract value may be more or less than stated.
Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts
(Scotland) Regulations 2015.
For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance
Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to
supporting questions.
Bidders must complete Document Eight – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who
pass the health and safety aspect shall be considered.
Freedom of Information Act
Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information).
Tenderers Amendments
Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this
offer.
Prompt Payment
The successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any.
Non Collusion
Bidders will be required to complete the Non Collusion certificate.
Insurance Mandate
All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
Terms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Two.
Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One.
Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise.
(SC Ref:810041)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures-
Glasgow City 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. 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 despatch of the notice referred to in Regulation
86 of The Public Contract (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 the contract unless the proceedings are determined, discontinued 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 Regulations. 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 advice when they consider appropriate to do so.
VI.5)