Notice Information
Notice Title
Provision of Supply and Delivery of School Compliant Soluble Hot Chocolate
Notice 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 Information
Lot 1
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.
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.
Renewal: 12 months prior to the expiry date, the council may consider commencing a new tender process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ee5e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/056007-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
15 - Food, beverages, tobacco and related products
-
- CPV Codes
15000000 - Food, beverages, tobacco and related products
15980000 - Non-alcoholic beverages
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £57,190 Under £100K
- Awards Value
- Not specified
- Contracts Value
- £18,775 Under £100K
Notice Dates
- Publication Date
- 12 Sep 20255 months ago
- Submission Deadline
- 17 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- June 2029
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Caroline Dougan
- Contact Email
- caroline.dougan@glasgow.gov.uk
- Contact Phone
- +44 1412876845
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04ee5e-2025-09-12T08:40:39+01:00",
"date": "2025-09-12T08:40:39+01:00",
"ocid": "ocds-h6vhtk-04ee5e",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "GCC006165CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Supply and Delivery of School Compliant Soluble Hot Chocolate",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "15980000",
"description": "Non-alcoholic beverages"
},
"mainProcurementCategory": "goods",
"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.",
"lots": [
{
"id": "1",
"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.",
"awardCriteria": {
"criteria": [
{
"name": "Sampling Tasting",
"type": "quality",
"description": "40"
},
{
"name": "Project Implementation Plan",
"type": "quality",
"description": "3"
},
{
"name": "Service Delivery - Roles and Responsibilities",
"type": "quality",
"description": "14"
},
{
"name": "Service Delivery - Late deliveries",
"type": "quality",
"description": "5"
},
{
"name": "Account Management",
"type": "quality",
"description": "4"
},
{
"name": "Supply Chain Resilience",
"type": "quality",
"description": "5"
},
{
"name": "Sustainability",
"type": "quality",
"description": "9"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "15"
}
]
},
"value": {
"amount": 57190,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "12 months prior to the expiry date, the council may consider commencing a new tender process."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": true,
"options": {
"description": "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."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "15000000",
"description": "Food, beverages, tobacco and related products"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow area"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process- There is a minimum financial requirement that affects trading performance, and balance sheet strength Financial requirements for trading performance and balance sheet strength should be on the latest filed accounts with Companies House. Trading Performance An overall positive outcome on EBITDA earnings over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA-Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets-Total Liabilities If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required for the last 2 individual years filed in order for the 3 year profitability requirement to be verified. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above. Bidders 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. The 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's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please refer to Document One - Invitation to Tender within the Attachment area of the portal within PCS-T for further details. Technical & Professional Ability Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement. Bidders are required to respond to question 4C.1.2 within the qualification submission of the tender. Please provide 2 relevant examples of supplies and or services carried out during the last five years as specified in the Contract Notice and Document One ITT: Example 1 50 percent Example 2 50 percent Total Section 100 percent Bidders must score a minimum threshold of 60% out of 100% in total for these example questions. Any Bidder who fails to achieve the minimum points scored will be disqualified.",
"minimum": "Glasgow City Council's Insurance Requirements are- Bidder shall take out and maintain, throughout the period of the contract, Employer's 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. Bidder 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. Bidder 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. Motor 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 The 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. Should 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.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As referred to in Document One - Invitation to Tender and Document Two -Terms and Conditions",
"hasElectronicOrdering": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-04-17T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"awardPeriod": {
"startDate": "2025-04-17T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-04-17T12:00:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "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)",
"recurrence": {
"description": "June 2029"
}
},
"parties": [
{
"id": "GB-FTS-116581",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Caroline Dougan",
"telephone": "+44 1412876845",
"email": "caroline.dougan@glasgow.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1043",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-160671",
"name": "Caffia Coffee Group",
"identifier": {
"legalName": "Caffia Coffee Group"
},
"address": {
"streetAddress": "Lomond House, 25A Russel Street",
"locality": "FALKIRK",
"region": "UK",
"postalCode": "FK2 7HS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7557800035",
"email": "p.mcmanus@caffia.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-116581",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793417"
}
],
"language": "en",
"awards": [
{
"id": "056007-2025-GCC006165CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-160671",
"name": "Caffia Coffee Group"
}
]
}
],
"contracts": [
{
"id": "056007-2025-GCC006165CPU-1",
"awardID": "056007-2025-GCC006165CPU-1",
"status": "active",
"value": {
"amount": 18775,
"currency": "GBP"
},
"dateSigned": "2025-09-11T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 6
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 6
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
}
}