Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
City of Glasgow College
190 Cathedral Street, Glasgow
Glasgow
G4 0RF
UK
Contact person: Danielle Gough
Telephone: +44 1413755617
E-mail: danielle.gough@cityofglasgowcollege.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.cityofglasgowcollege.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of a Diverse and Sustainable Catering Service
Reference number: CS/CoGC/25/29
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
City of Glasgow College is seeking an experienced and sustainability-focused 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.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
55520000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
City of Glasgow College
City Campus - 190 Cathedral Street, Glasgow, G4 0RF
Riverside Campus - 21 Thistle Street, Glasgow, G5 9XB
II.2.4) Description of the procurement
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 Contractor 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 Provider 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 Provider 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 Provider 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 Provider, based on shared objectives, transparency and joint responsibility for improvement. The Provider 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.
II.2.5) Award criteria
Quality criterion: Implementation & Mobilisation
/ Weighting: 3%
Quality criterion: Workforce Management (TUPE, Recruitment, Fair Work, EDI, Modern Slavery)
/ Weighting: 3%
Quality criterion: Training, Competence & Development
/ Weighting: 3%
Quality criterion: Contract Management & Governance
/ Weighting: 5%
Quality criterion: KPI Management & Performance Monitoring
/ Weighting: 2.5%
Quality criterion: Quality Assurance & Audit
/ Weighting: 2%
Quality criterion: Operational Delivery - Vision & Approach
/ Weighting: 5%
Quality criterion: Food Concepts & Menus
/ Weighting: 5%
Quality criterion: Hospitality & Events (incl. Summer Schools)
/ Weighting: 2%
Quality criterion: Marketing & Promotion
/ Weighting: 2.5%
Quality criterion: Technology & Innovation
/ Weighting: 2%
Quality criterion: Continuous Improvement & Service Excellence
/ Weighting: 3%
Quality criterion: Business Continuity & Contingency Planning
/ Weighting: 2.5%
Quality criterion: Customer Experience & Engagement
/ Weighting: 2%
Quality criterion: Health, Nutrition & Wellbeing
/ Weighting: 2%
Quality criterion: Sustainability & Net Zero Delivery
/ Weighting: 5%
Quality criterion: Carbon Reduction & Reporting
/ Weighting: 3%
Quality criterion: Community Benefits & Added Value
/ Weighting: 3%
Quality criterion: Presentation
/ Weighting: 4.5%
Price
/ Weighting:
40
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:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2025/S 000-083175
Section V: Award of contract
Contract No: CS/CoGC/25/29
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
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:
In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaire to evidence their compliance with the relevant questions within the Qualification Questionnaire.
All certificates, declarations and questionnaires can be found with 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
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
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Community Benefits will be fulfilled and managed at Contractor level
Community benefits are included in this requirement.
A summary of the expected community benefits has been provided as follows:
The College is very keen to develop a true partnership with the Service Provider and as a minimum requires the Service Provide to delivery 8 Modern Apprenticeships and 50 Work Experience Placements for their students and/or members of the local community, particularly those studying a hospitality course, during the course of the contract.
(SC Ref:818669)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sherriff and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
16/12/2025