Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
City of Glasgow College
190 Cathedral Street, Glasgow
Glasgow
G4 0RF
UK
Person cyswllt: Danielle Gough
Ffôn: +44 1413755617
E-bost: danielle.gough@cityofglasgowcollege.ac.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.cityofglasgowcollege.ac.uk/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Addysg
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
The Provision of a Diverse and Sustainable Catering Service
Cyfeirnod: CS/CoGC/25/29
II.1.2) Prif god CPV
55520000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 9 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
City of Glasgow College
City Campus - 190 Cathedral Street, Glasgow, G4 0RF
Riverside Campus - 21 Thistle Street, Glasgow, G5 9XB
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Implementation & Mobilisation
/ Pwysoliad: 3%
Maes prawf ansawdd: Workforce Management (TUPE, Recruitment,Fair Work,EDI,Modern Slavery)
/ Pwysoliad: 3%
Maes prawf ansawdd: Training, Competence & Development
/ Pwysoliad: 3%
Maes prawf ansawdd: Contract Management & Governance
/ Pwysoliad: 5%
Maes prawf ansawdd: KPI Management & Performance Monitoring
/ Pwysoliad: 2.5%
Maes prawf ansawdd: Quality Assurance & Audit
/ Pwysoliad: 2%
Maes prawf ansawdd: Operational Delivery - Vision & Approach
/ Pwysoliad: 5%
Maes prawf ansawdd: Food Concepts & Menus
/ Pwysoliad: 5%
Maes prawf ansawdd: Hospitality & Events (Inc. Summer Schools)
/ Pwysoliad: 2%
Maes prawf ansawdd: Marketing & Promotion
/ Pwysoliad: 2.5%
Maes prawf ansawdd: Technology & Innovation
/ Pwysoliad: 2%
Maes prawf ansawdd: Continous Improvement & Service Excellence
/ Pwysoliad: 3%
Maes prawf ansawdd: Customer Experience & Engagement
/ Pwysoliad: 2%
Maes prawf ansawdd: Health, Nutrition & Wellbeing
/ Pwysoliad: 2%
Maes prawf ansawdd: Sustainability & Net Zero Delivery
/ Pwysoliad: 5%
Maes prawf ansawdd: Carbon Reduction & Reporting
/ Pwysoliad: 3%
Maes prawf ansawdd: Community Benefits & Added Value
/ Pwysoliad: 3%
Maes prawf ansawdd: Site Visit
/ Pwysoliad: 2.5%
Maes prawf ansawdd: Presentation
/ Pwysoliad: 2.5%
Maen prawf cost: Total College Return
/ Pwysoliad: 10
Maen prawf cost: Tarriffs
/ Pwysoliad: 15%
Maen prawf cost: Hospitality
/ Pwysoliad: 5%
Maen prawf cost: Summer School
/ Pwysoliad: 5%
Maen prawf cost: Investment
/ Pwysoliad: 5%
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/08/2026
Diwedd:
31/07/2030
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
24 Months
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
List and brief description of selection criteria:
Please refer to Part 4 B Economic and Financial Standing of the SPD
The College will use the following ratios to evaluate a bidders financial status.
Bidders must confirm within their response to the relevant question within the 'Qualification Envelope' that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.
The three ratios to be evaluated are:
Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio.
Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to 'one' then it is a pass for this ratio.
Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Where 2 out of 3 ratios cannot be met, the College may take the undernoted into consideration when assessing financial viability and the risk to the College, providing the bidder can supply evidence to substantiate any of the mitigating criteria. This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors.
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes 'marginal'?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cash flow?
Is the bidder profitable enough to finance the interest on it's debt?
Is most of the bidders debt due to be repaid over a number of years and affordable?
Have the bidders results been adversely affected by 'one-off costs' and/or 'one-off' accounting treatments?
Do the bidders auditors (where applicable) consider it to be a 'going concern'?
Do keynote (where applicable) consider the bidder to be a 'going concern'?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The College will obtain an Equifax Report or similar financial verification system to validate the information provided.
Bidders must confirm they can provide the following supporting evidence prior to award:
Employers (Compulsory) Liability Insurance = 10,000,000 GBP
Product and Public Liability Insurance = 10,000,000 GBP
Property/Equipment Insurance (or equivalent) - Sufficient cover for value of equipment in use
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
PVG Membership
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
The bidder will be required to deliver a high quality affordable and inclusive catering service for students, staff and visitors and to monitor and continuously improve performance against agreed Key Performance Indicators. These will cover customer satisfaction, food quality, presentation, safety and hygiene, menu choice, queue management, waste reduction, ethical sourcing, carbon reduction, innovation and delivery of social value.
The bidder must demonstrate Fair Work Practices, including payment of no less than the Real Living Wage(as defined by the Living Wage Foundation).
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
04/02/2026
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
04/02/2026
Amser lleol: 12:00
Place:
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Danielle Gough, Procurement Coordinator - Estates and Facilities
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
6 Years
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30797. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Provide a minimum of 8 Modern Apprenticeships and 50 work experience placements for College students or local residents.
Partner with curriculum teams to deliver guest lectures, mentoring, and live learning projects.
Collaborate with at least three local social enterprises or charities annually.
(SC Ref:818678)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff and Justice of The Peace Court
1 Carlton Place
Glasgow
G5 9DA
UK
E-bost: glasgow@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
17/12/2025