← Back to opportunities

Provision of Supply and Delivery of School Compliant Soluble Hot Chocolate

Glasgow City Council

Buyer Contact Info

Buyer Name: Glasgow City Council

Buyer Address: 40 John Street, Glasgow, UKM82, G2 1DU, United Kingdom

Contact Name: Caroline Dougan

Contact Email: caroline.dougan@glasgow.gov.uk

Contact Telephone: +44 1412876845

Status
active
Procedure
open
Value
n/a
Published
18 Mar 2025, 11:16
Deadline
17 Apr 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
15000000 - Food, beverages, tobacco and related products
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 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.

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 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.

Lot 1 Value: GBP 57,190

Lot 1 Award Criterion (quality): Sampling Tasting

Lot 1 Award Criterion (quality): Project Implementation Plan

Lot 1 Award Criterion (quality): Service Delivery - Roles and Responsibilities

Lot 1 Award Criterion (quality): Service Delivery - Late deliveries

Lot 1 Award Criterion (quality): Account Management

Lot 1 Award Criterion (quality): Supply Chain Resilience

Lot 1 Award Criterion (quality): Sustainability

Lot 1 Award Criterion (quality): Fair Work First

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-116581",
    "name": "Glasgow City Council"
  },
  "date": "2025-03-18T11:16:53Z",
  "description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts\n(Scotland) Regulations 2015.\nFor SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance\nSchemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to\nsupporting questions.\nBidders must complete Document Eight \u2013 Health and Safety Questionnaire and submit it with the tender submission (Only bidders who\npass the health and safety aspect shall be considered.\nFreedom of Information Act\nInformation 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).\nTenderers Amendments\nBidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this\noffer.\nPrompt Payment\nThe successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council\u0027s satisfaction that all funds due to the tenderer\u0027s 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.\nNon Collusion\nBidders will be required to complete the Non Collusion certificate.\nInsurance Mandate\nAll 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\u2019s 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.\nTerms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Two.\nAdditional information pertaining to this contract notice is contained in the Invitation to Tender Document One.\nBidders must ensure they read all the attachments available in the attachment area in line with this contract notice.\nThe buyer is using PCS-Tender to conduct this ITT exercise.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28819. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nMinimum Community Benefits 5 points is required; community benefit points will be triggered once the spend reaches 20,000 GBP.\n(SC Ref:793417)",
  "id": "009856-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793417",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-04ee5e",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G2 1DU",
        "region": "UKM82",
        "streetAddress": "40 John Street"
      },
      "contactPoint": {
        "email": "caroline.dougan@glasgow.gov.uk",
        "name": "Caroline Dougan",
        "telephone": "+44 1412876845",
        "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.glasgow.gov.uk"
      },
      "id": "GB-FTS-116581",
      "identifier": {
        "legalName": "Glasgow City Council"
      },
      "name": "Glasgow City Council",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G5 9DA",
        "streetAddress": "PO Box 23 1 Carlton Place"
      },
      "contactPoint": {
        "email": "glasgow@scotcourts.gov.uk"
      },
      "id": "GB-FTS-1043",
      "identifier": {
        "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
      },
      "name": "Glasgow Sheriff Court and Justice of the Peace Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-04-17T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-04-17T12:00:00+01:00"
    },
    "classification": {
      "description": "Non-alcoholic beverages",
      "id": "15980000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "hasElectronicOrdering": true,
      "performanceTerms": "As referred to in Document One - Invitation to Tender and Document Two -Terms and Conditions"
    },
    "coveredBy": [
      "GPA"
    ],
    "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 -\n(i)\tFood Safety Act 1990\n(ii)\tThe Food Hygiene (Scotland) Regulations 2006\n(iii)\tThe General Food Regulations 2004\n(iv)\tThe Food Information (Scotland) Regulations 2014 as amended\nThe compliant Regulated specification for the soluble hot chocolate is detailed below-\nThe hot chocolate must be compliant with the Nutritional Requirements for Food and Drink in Schools (Scotland) Regulations 2020 Schedule 2 Part1 Section 15 (f).\nConsumables 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:\nLower fat milk drinks containing no more than 0.5g of free sugar per 100ml\nNo more than 5g of total sugar per 100ml\nNo more than 1.8g of total fat per 100ml\nPlease 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.",
    "hasRecurrence": true,
    "id": "GCC006165CPU",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Food, beverages, tobacco and related products",
            "id": "15000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM82"
          }
        ],
        "deliveryLocation": {
          "description": "Glasgow area"
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "Sampling Tasting",
              "type": "quality"
            },
            {
              "description": "3",
              "name": "Project Implementation Plan",
              "type": "quality"
            },
            {
              "description": "14",
              "name": "Service Delivery - Roles and Responsibilities",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Service Delivery - Late deliveries",
              "type": "quality"
            },
            {
              "description": "4",
              "name": "Account Management",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Supply Chain Resilience",
              "type": "quality"
            },
            {
              "description": "9",
              "name": "Sustainability",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Fair Work First",
              "type": "quality"
            },
            {
              "description": "15",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1800
        },
        "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 -\n(i)\tFood Safety Act 1990\n(ii)\tThe Food Hygiene (Scotland) Regulations 2006\n(iii)\tThe General Food Regulations 2004\n(iv)\tThe Food Information (Scotland) Regulations 2014 as amended\nThe compliant Regulated specification for the soluble hot chocolate is detailed below -\nThe hot chocolate must be compliant with the Nutritional Requirements for Food and Drink in Schools (Scotland) Regulations 2020 Schedule 2 Part1 Section 15 (f).\nConsumables 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:\nLower fat milk drinks containing no more than 0.5g of free sugar per 100ml\nNo more than 5g of total sugar per 100ml\nNo more than 1.8g of total fat per 100ml\nPlease 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.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "Substitution of Product (not additional)\nIf 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.\nFollowing 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."
        },
        "renewal": {
          "description": "12 months prior to the expiry date, the council may consider commencing a new tender process."
        },
        "status": "active",
        "submissionTerms": {
          "electronicCataloguePolicy": "required",
          "variantPolicy": "notAllowed"
        },
        "value": {
          "amount": 57190,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "June 2029"
    },
    "reviewDetails": "Precise information on deadline(s) for review procedures-\nPrecise information on deadline(s) for review procedures-\nGlasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates\nconcerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice\nis 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\nnotice 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\n86 of The Public Contract (Scotland) Regulations 2015 (\u201cthe Regulations\u201d). The Council is obliged to comply with the Regulations and any\neligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the\nCouncil, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council\nmust not enter into the contract unless the proceedings are determined, discontinued or disposed of;\nor 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\nclarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own\nindependent legal advice when they consider appropriate to do so.\nVI.5)",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process-\nThere is a minimum financial requirement that affects trading performance, and balance sheet\nstrength Financial requirements for trading performance and balance sheet strength should be\non the latest filed accounts with Companies House.\nTrading Performance\nAn overall positive outcome on EBITDA earnings over a 3 year period\nExceptional items can be excluded from the calculation.\nThe above would be expressed in the ratio EBITDA-Turnover\nBalance Sheet strength\nNet worth of the organisation must be positive at the time of evaluation and\norganisation must not be subject to an insolvency process.\nIntangibles can be included for purposes of the Total Assets figure.\nThe above would be expressed in the ratio Total Assets-Total Liabilities\nIf an applicant is only required to file abbreviated accounts with Companies House, then in the event\nof the company being successful in the procurement process, full set of accounts will be required for the\nlast 2 individual years filed in order for the 3 year profitability requirement to be verified.\nAn applicant should have no outstanding issues, with regard to statutory filing requirements\nwith Companies House.\nApplicants who have been trading for less than the 3 years noted above must provide\nevidence that they are complying with the above minimum financial requirements for the\nperiod in which they have been trading.\nApplicants who do not comply with the above financial requirements but are part of a Group,\ncan provide a Parent Guarantee (in the Council style) if the Parent company satisfies the\nfinancial requirements stipulated above.\nBidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations and have available their two (2) most recent sets of annual audited accounts including profit and loss information.\nThe Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) to prove the Applicant\u2019s economic and financial standing.\nAny Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Please refer to Document One - Invitation to Tender within the Attachment area of the portal within PCS-T for further details.\nTechnical \u0026 Professional Ability\nBidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement.\nBidders are required to respond to question 4C.1.2 within the qualification submission of the tender.\nPlease provide 2 relevant examples of supplies and or services carried out during the last five years as specified in the Contract Notice and\nDocument One ITT:\nExample 1 50 percent\nExample 2 50 percent\nTotal Section 100 percent\nBidders must score a minimum threshold of 60% out of 100% in total for these example questions.\nAny Bidder who fails to achieve the minimum points scored will be disqualified.",
          "minimum": "Glasgow City Council\u2019s Insurance Requirements are-\nBidder shall take out and maintain, throughout the period of the contract, Employer\u2019s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one claim and unlimited in the period.\nBidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period.\nBidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and in the aggregate.\nMotor Insurance - Bidder shall take out and maintain throughout the period of their services at least statutory Motor insurance cover as per the Road Traffic Act 1988\nThe above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case.\nShould the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 150
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-04-17T12:00:00+01:00"
    },
    "title": "Provision of Supply and Delivery of School Compliant Soluble Hot Chocolate"
  }
}