Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
UK
Contact person: Iain Davies
Telephone: +44 1316502759
E-mail: idavies@ed.ac.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.ed.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Catering Delivery Partnership
Reference number: EC1054
II.1.2) Main CPV code
55520000
II.1.3) Type of contract
Services
II.1.4) Short description
The University has a requirement for a supplier to provide a catering delivery service to handle requirements that cannot be fulfilled by the in-house service from ACE (Accommodation, Catering & Events).
The supplier needs to be able to fulfil catering requirements throughout the year and be able to deliver to multiple areas across the University. It is required to be competitively priced and at a specified quality and health & safety standard.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
55523000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh
II.2.4) Description of the procurement
The University has a requirement for a supplier to provide a catering delivery service to handle requirements that cannot be fulfilled by the in-house service from ACE (Accommodation, Catering & Events).
The supplier needs to be able to fulfil catering requirements throughout the year and be able to deliver to multiple areas across the University. It is required to be competitively priced and at a specified quality and health & safety standard.
ACE should be first-choice for users at the University for catering with external supplier support needed when ACE reach capacity and there are catering requests they are unable to fulfil.
A successful outcome would be to have a supplier in place for users to select who are ready to pick up the additional catering demand from across the University as/when required.
The “Partnership” element which is referenced throughout this tender is defined as a vision for a collaborative working relationship with the successful bidder to maintain a continuity of service for catering in instances such as surges in demand or seasonal variances experienced throughout the course of the contract period.
The contract will be in place for an initial term of 2 years, with three options to extend for periods of 1-year each (2+1+1+1).
The estimated total contract value is based on forecast spend over a 5 year period.
The University does not guarantee any volume of product during the length of the contract. Volume is solely dependent on demand. All figures noted within the tender package are indicative only.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Total contract length: 2 years
Option to extend 1yr + 1yr + 1yr
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:
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-028433
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/10/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
23/02/2026
IV.2.7) Conditions for opening of tenders
Date:
24/10/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30027. 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:
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:
The University has included a Community Benefits Menu as part of this procurement in the attachments area on PCS-T. Suppliers are required to complete and attach this to the Community Benefits question in the Technical Envelope of PCS-T.
This menu includes a list of Community Benefits that can be offered and the number of points you can obtain for each one. Suppliers should consider what Community Benefits they can offer in accordance with the appropriate banding provided in Table 1. Supplier responses here and to this tender in general will form a commitment to deliver Community Benefits if appointed. Benefits will be delivered proportionate to the value of the work received by each supplier through this framework. This will be managed at the strategic meetings. If no work is received through this contract, the supplier will not be expected to deliver community benefits.
The banding has been set proportionate to the value of the contract you are bidding to deliver. For this requirement, the University is expecting the supplier to complete the menu up to the full potential value (including extensions) that they are bidding for.
(SC Ref:810805)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
24/09/2025