← Back to opportunities

Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs of Hot Beverage Machines and Hot Beverage Consumables

Glasgow City Council

Buyer Contact Info

Buyer Name: Glasgow City Council

Buyer Address: 40 John Street, Glasgow, UKM82, G2 1DU, United Kingdom

Contact Name: Caroline Dougan

Contact Email: caroline.dougan@glasgow.gov.uk

Contact Telephone: +44 1412876845

Status
active
Procedure
open
Value
n/a
Published
24 Apr 2025, 10:25
Deadline
26 May 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
03131100 - Coffee beans
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables. This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables of the following elements- Lease of Hot Beverage Machines and supply of associated products Barista Espresso machines Automatic Grinder and knock out drawer Bean to Cup automated with milk fridge machine Short term hire of event equipment including Bean to Cup automated machines for major events- hospitality Soluble Hot Beverage machines The successful Supplier must also provide- Arrangement for annual PSSR regulatory checks Supply and delivery of hot beverage consumables Maintenance- Ad-hoc repairs The lease of the hot beverage machines will include arrangement for installation, maintenance, annual regulatory PSSR checks and repairs. The hot beverage machine for installation will be supplied by the successful Supplier and will be required to be installed into the named premises within the Glasgow area. The council will not lease the machines directly with any 3rd party, the lease contract with be directly with the successful Supplier. For the avoidance of doubt, the successful supplier can utilise a 3rd party for leasing, but the contract will be with the Council and the successful Supplier. The successful supplier will manage the entire process of leasing directly with the council.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Service Delivery -Cafe and Venues

Lot 1 Award Criterion (quality): Service Delivery - Secondary Schools

Lot 1 Award Criterion (quality): Service Delivery - Roles and Responsibilities

Lot 1 Award Criterion (quality): Maintenance and Annual PSSR

Lot 1 Award Criterion (quality): Sustainability

Lot 1 Award Criterion (quality): Fair Work First

Lot 1 Award Criterion (quality): Training

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-116581",
    "name": "Glasgow City Council"
  },
  "date": "2025-04-24T11:25:28+01:00",
  "description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts\n(Scotland) Regulations 2015.\nFor SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance\nSchemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to\nsupporting questions.\nBidders must complete Document Eight \u2013 Health and Safety Questionnaire and submit it with the tender submission (Only bidders who\npass the health and safety aspect shall be considered.\nFreedom of Information Act\nInformation on the FOI Act is contained in Appendix A of the ITT.\nApplicants 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).\nTenderers Amendments\nBidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this\noffer.\nPrompt Payment\nThe successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council\u0027s satisfaction that all funds due to the tenderer\u0027s 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.\nNon Collusion\nBidders will be required to complete the Non Collusion certificate.\nInsurance Mandate\nAll 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\u2019s 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.\nTerms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Two.\nAdditional information pertaining to this contract notice is contained in the Invitation to Tender Document One.\nBidders must ensure they read all the attachments available in the attachment area in line with this contract notice.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58762. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nMinimum Community Benefit Points (CBP) Required = 420\nThe outcomes may be chosen from any of the Themes available on the Menu.\nCommunity benefit points will be triggered once the spend reaches 50,000 (GBP).\n(SC Ref:794475)",
  "id": "016727-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000794475",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-0506db",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G2 1DU",
        "region": "UKM82",
        "streetAddress": "40 John Street"
      },
      "contactPoint": {
        "email": "caroline.dougan@glasgow.gov.uk",
        "name": "Caroline Dougan",
        "telephone": "+44 1412876845",
        "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.glasgow.gov.uk"
      },
      "id": "GB-FTS-116581",
      "identifier": {
        "legalName": "Glasgow City Council"
      },
      "name": "Glasgow City Council",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G5 9DA",
        "streetAddress": "PO Box 23 1 Carlton Place"
      },
      "contactPoint": {
        "email": "glasgow@scotcourts.gov.uk"
      },
      "details": {
        "url": "http://www.glasgow.gov.uk"
      },
      "id": "GB-FTS-1043",
      "identifier": {
        "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
      },
      "name": "Glasgow Sheriff Court and Justice of the Peace Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-05-26T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-05-26T12:00:00+01:00"
    },
    "classification": {
      "description": "Coffee, tea and related products",
      "id": "15860000",
      "scheme": "CPV"
    },
    "communication": {
      "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
    },
    "contractTerms": {
      "hasElectronicOrdering": true,
      "performanceTerms": "As referred to in Document One - Invitation to Tender and Document Two -Terms and Conditions"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables\nThis will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables.",
    "hasRecurrence": true,
    "id": "GCC006372CPU",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Coffee beans",
            "id": "03131100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM82"
          }
        ],
        "deliveryLocation": {
          "description": "Glasgow area"
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "10",
              "name": "Service Delivery -Cafe and Venues",
              "type": "quality"
            },
            {
              "description": "10",
              "name": "Service Delivery - Secondary Schools",
              "type": "quality"
            },
            {
              "description": "16",
              "name": "Service Delivery - Roles and Responsibilities",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Maintenance and Annual PSSR",
              "type": "quality"
            },
            {
              "description": "9",
              "name": "Sustainability",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Fair Work First",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Training",
              "type": "quality"
            },
            {
              "description": "40",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1890
        },
        "description": "The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables.\nThis will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables of the following elements-\nLease of Hot Beverage Machines and supply of associated products\nBarista Espresso machines\nAutomatic Grinder and knock out drawer\nBean to Cup automated with milk fridge machine\nShort term hire of event equipment including Bean to Cup automated machines for major events- hospitality\nSoluble Hot Beverage machines\nThe successful Supplier must also provide-\nArrangement for annual PSSR regulatory checks\nSupply and delivery of hot beverage consumables\nMaintenance- Ad-hoc repairs\nThe lease of the hot beverage machines will include arrangement for installation, maintenance, annual regulatory PSSR checks and repairs.\nThe hot beverage machine for installation will be supplied by the successful Supplier and will be required to be installed into the named premises within the Glasgow area.  The council will not lease the machines directly with any 3rd party, the lease contract with be directly with the successful Supplier.\nFor the avoidance of doubt, the successful supplier can utilise a 3rd party for leasing, but the contract will be with the Council and the successful Supplier. The successful supplier will manage the entire process of leasing directly with the council.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "12 months prior to the expiry date, the council may consider commencing a new tender process."
        },
        "status": "active",
        "submissionTerms": {
          "electronicCataloguePolicy": "required",
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "Estimated timing for further notices to be published:\nMarch 2029"
    },
    "reviewDetails": "Precise information on deadline(s) for review procedures:\nGlasgow City 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. 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 86 of The Public Contract (Scotland) Regulations 2015 (\u201cthe Regulations\u201d). 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 unless the proceedings are determined, discontinued or disposed of;\nor 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.",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "List and brief description of selection criteria\nBidders must comply with the undernoted financial requirements in order to participate in the tendering process-\nThere is a minimum financial requirement that affects trading performance, and balance sheet strength.\nFinancial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies\nHouse.\nTrading Performance\nAn overall positive outcome on EBITDA earnings over a 3 year period\nExceptional items can be excluded from the calculation.\nThe above would be expressed in the ratio EBITDA-Turnover\nBalance Sheet strength\nNet worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.\nIntangibles can be included for purposes of the Total Assets figure.\nThe above would be expressed in the ratio Total Assets-Total Liabilities\nIf an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required for the last 2 individual years filed in order for the 3 year profitability requirement to be verified.\nAn applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House.\nApplicants who have been trading for less than the 3 years noted above must provide\nevidence that they are complying with the above minimum financial requirements for the period in which they have been trading.\nApplicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above.\nGlasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder\u0027s economic and financial standing.\nBidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) most recent sets of annual audited accounts including profit and loss information.\nAny Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.\nMinimum level(s) of standards required:",
          "minimum": "Glasgow City Council\u2019s Insurance Requirements are-\nBidder shall take out and maintain, throughout the period of the contract, Employer\u2019s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period.\nBidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period.\nBidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period.\nMotor Insurance \u2013 Bidder shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988.\nIndemnities, Insurance and Fraud - The Supplier\u2019s maximum liability under this contract is TEN MILLION POUNDS STERLING (10,000,000).\nThe above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case.Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained.",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "List and brief description of selection criteria:\nPlease refer to Document One - Invitation to Tender within the Attachment area of the portal within PCST for further details.\nTechnical \u0026 Professional Ability\nBidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement.\nBidders are required to respond to question 4C.1.2 within the qualification submission of the tender.\nPlease provide 2 relevant examples of supplies and or services carried out during the last five years as specified in the Contract Notice and Document One ITT-\nExample 1 50 percent\nExample 2 50 percent\nTotal Section 100 percent\nBidders must score a minimum threshold of 60 percent out of 100 percent in total for these example questions.\nAny Bidder who fails to achieve the minimum points score for any question will be disqualified.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 120
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-05-26T12:00:00+01:00"
    },
    "title": "Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs of Hot Beverage Machines and Hot Beverage Consumables"
  }
}