Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision for the Facilitation of Citizens Jury

  • First published: 20 January 2026
  • Last modified: 20 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
20 January 2026
Deadline date:
18 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University of Strathclyde’s Social Work and Social Policy department, through its THRIVING Food Futures research team, seeks a supplier to manage participant recruitment and coordinate the delivery of three citizens’ juries, each lasting three days.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

UK

Contact person: Ejiro Fajinmi

Telephone: +44 7811592949

E-mail: ejiro.fajinmi@strath.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.strath.ac.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


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

Provision for the Facilitation of Citizens Jury

Reference number: UOS-37287-2025

II.1.2) Main CPV code

79315000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The University of Strathclyde’s Social Work and Social Policy department, through its THRIVING Food Futures research team, seeks a supplier to manage participant recruitment and coordinate the delivery of three citizens’ juries, each lasting three days.

II.1.5) Estimated total value

Value excluding VAT: 150 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The University of Strathclyde’s Social Work and Social Policy department, through its THRIVING Food Futures research team, seeks a supplier to manage participant recruitment and coordinate the delivery of three citizens’ juries, each lasting three days.

The supplier will work with the University in the design and recruitment of three, 3-day citizens juries, each with 18-22 participants of diverse backgrounds, across the UK (exact locations to be agreed).

The juries will each hold an initial 2-day (in person) workshop in 2027. This will be followed by 6 online meetings with participants, as a means of maintaining their engagement across 2027-2029, which will be facilitated by the University of Strathclyde. The final day of each jury would be in 2029. The supplier will attend all in-person jury sessions in 2027 and 2029. This design allows jury members to shape some of the research that they will then hear the results of in the final session, which will include policymakers. The purpose is to discuss research and policy recommendations that will enable the UK’s food system to help achieve Net Zero targets while also improving population health.

Specific requirements of the contract are to:

- Work with the THRIVING Food Futures (TFF) research team to design the three citizens’ juries and to finalise the location details. This will include ensuring each jury has a main facilitator, appropriate expert witnesses, a critical friend, an ethnographer and an administrator. The research team from the University and representatives from others in the group can provide at least 5 people to help with the facilitation, critical friend and note-taking roles. The wider TFF team can provide some expert witnesses.

- Recruit 18-22 participants to each of the three juries, using a mini-public design which ensures that the participants are representative of the local populations in terms of:

- Gender

- Ethnicity

- Age

- Socio-economic status

- Political/ideological preferences

A list of shortlisted participants will be provided to the University for review and acceptability no less than 4 weeks prior to each jury

- Process compensation payments to the participants to cover their time and travel. To ensure the process is as inclusive as possible, participants should be given the option to receive payments by bank transfer, cash on the day or vouchers.

The research team can also lead on the recruitment of expert witnesses

The key services to be provided by the supplier include:

A. Lead responsibility for the identification and booking of a suitable venue for each event

B. Lead responsibility for the recruitment of participants of diverse backgrounds.

C. Provide a list of shortlisted participants to the University for review

D. Lead responsibility for preparing and supporting participants

E. Supplier attendance at each jury event to welcome and assist participants on-site.

F. Lead responsibility for processing compensation payments to the participants

G. Participants will be given the option to receive payment by bank transfer (within one week of the event). Attendance at each jury event is required to process these payments

H. Assistance with the design and planning of each event.

I. Assistance with the facilitation of each event.

J. Lead responsibility for the transcription of audio data recorded at each event and provision of all other data in a format that can be analysed

K. Lead responsibility for producing a report of each event

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50%

Price / Weighting:  50%

II.2.6) Estimated value

Value excluding VAT: 150 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 39

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

In line with Regulation 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.1.2

The bidder should provide its average yearly turnover for the number of financial years specified.

4B.5.1 – 4B.5.3

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Professional Risk Indemnity Insurance):

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover

(Employer’s (Compulsory) Liability Insurance):

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover For other insurances):


Minimum level(s) of standards required:

4B.1.2

Bidders will be required to have an average yearly turnover of GBP300,000 over the last 3 years

4B.5.1 – 4B.5.3

It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below

The Contractor shall maintain in force with reputable insurers employer’s liability insurance and public liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident and unlimited as to numbers of claims. The Contractor shall maintain in force with reputable insurers professional liability insurance in the sum of not less than GBP2,000,000 in respect of any one incident and unlimited as to numbers of claims.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2

Please provide relevant examples of supplies and/or services carried out during the last three years as specified


Minimum level(s) of standards required:

Bidders will be required to provide examples (3) that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Examples provided should be relevant and proportionate to the procurement exercise.

III.2) Conditions related to the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/02/2026

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 18/02/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise.

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Project code is 820786.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 820786. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:820786)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Glasgow

UK

VI.5) Date of dispatch of this notice

19/01/2026

Coding

Commodity categories

ID Title Parent category
79315000 Social research services Market research services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ejiro.fajinmi@strath.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.