Provision of Supply and Delivery of School Compliant Soluble Hot Chocolate

A Contract Award Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Supply)
Duration
5 year (est.)
Value
£19K
Sector
MISCELLANEOUS
Published
12 Sep 2025
Delivery
To 17 Aug 2030 (est.)
Deadline
n/a

Concepts

Location

Glasgow area

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

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.

Total Quantity or Scope

The compliant Regulated specification for the soluble hot chocolate is detailed below -

Award Detail

1 Caffia Coffee Group (Falkirk)
  • Reference: gcc006165cpu
  • Num offers: 6
  • Value: £18,775
  • Contractor is an SME.

Renewal 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.

Award Criteria

Sampling Tasting 40.0
Project Implementation Plan 3.0
Service Delivery - Roles and Responsibilities 14.0
Service Delivery - Late deliveries 5.0
Account Management 4.0
Supply Chain Resilience 5.0
Sustainability 9.0
Fair Work First 5.0
PRICE 15.0

CPV Codes

  • 15980000 - Non-alcoholic beverages
  • 15000000 - Food, beverages, tobacco and related products

Indicators

  • Options are available.
  • Award on basis of price.

Other Information

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)

Reference

Domains