Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 7385392147
E-mail: Alyshah.Ali@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Courier Services for Prepared Food and Related Sundry Products
Reference number: GCC006183CPU
II.1.2) Main CPV code
64120000
II.1.3) Type of contract
Services
II.1.4) Short description
The council requires courier services to pick up and drop off prepared meals and related sundry products from a number of preparation kitchens to a variety of venues across Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the boundaries of Glasgow City. Drivers must collect the empty food trays from each establishment and return to the original collection venue either on the same day or the next calendar day.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 704 996.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
64120000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The council requires courier services to pick up and drop off prepared meals and related sundry products to a variety of locations throughout Glasgow.
The supplier will collect and deliver readymade meals and associated menu products from council premises within the boundaries of Glasgow City. Drivers must collect the empty food trays from each establishment and return to the original collection venue either on the same day or the next calendar day.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Economic operators 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.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-033508
Section V: Award of contract
Contract No: GCC006183CPU
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/01/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Glasgow Taxis Ltd
140 Boden Street
Glasgow
G40 3PX
UK
Telephone: +44 1415542222
Fax: +44 1415545295
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 704 996.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract value is an estimate based on rates submitted. Actual contract value may be more or less than stated.
Re ESPD Questions 4D.1,4D1.1,4D1.24D2,4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, and Environmental Management Standards or comply with all the questions noted in SPD Section 4D.Please refer to the ‘SPD Statements’ within the Invitation to Tender document.Health&Safety–applicants must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.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 contained in the Qualification Envelope within the PCS Tender portal(NB the council does not bind itself to withhold this information).Applicants will be required to complete the FOI certificate at ITT stage.Tenderers Amendments-Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate contained in the Qualification Envelope within the PCS tender portal(at ITT stage).Prompt Payment-The successful tenderer 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 subcontractors in respect of payments due to any sub-sub-contractors,if any.Applicants will be required to complete the prompt payment certificate contained in the Qualification Envelope area within PCS Tender portal.Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Qualification Envelope area within the tender portal.Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter 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 Buyers Attachments area of the tender portal.Request for Documentation:Once the Evaluation of Price and Quality has been completed,the recommended Bidder will be expected to provide all documentation as specified in the SPD.When the Request for Documentation is made,Bidders must supply the relevant information within 5 working days.Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.Additional information pertaining to this contract notice is contained within the ITT documents.Applicants must ensure they read in line with this contract notice.
(SC Ref:807851)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/glasgow-sheriff-court-and-justice-of-the-peace-court/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Glasgow City Council (“the 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, conclude the framework agreement or establish a dynamic purchasing system. 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 85(1) of the Public Contracts (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, conclude the framework agreement or establish the dynamic purchasing system 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) Date of dispatch of this notice
26/08/2025