Supply and Delivery of Catering Sundries

Complete

Value

£18,000,000

Classifications

  • Disposable catering supplies
  • Food containers
  • Disposable cups
  • Disposable cutlery and plates
  • Disposable paper products
  • Food trays
  • Cling film
  • Cooking utensils
  • Glassware
  • Crockery
  • Tableware
  • Cutlery
  • Cooks' knives
  • Table napkins
  • Kitchen equipment, household and domestic items and catering supplies
  • Catering supplies
  • Kitchenware
  • Knives and scissors
  • Knives
  • Table knives

Tags

  • tender

Submission Deadline

7 months ago

Published

8 months ago

Description

This Contract Notice is in relation to the renewal framework for Catering Sundries. It is anticipated that the scope of materials covered under the framework will include, but not be limited to Catering Disposables, Catering Sundries, Insulated containers and Trolleys to all 32 member councils in Scotland, Tayside Contracts, all associate members of Scotland Excel and cross collaborating authorities.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

PPE, Workwear & Sportswear (APUC)

The Authority are seeking Contractor(s) for PPE, Workwear and Sportswear to the Higher (HE) and Further (FE) Education Institutions throughout Scotland and Higher Education Institutions and other organisations in England and Wales. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd.(Advanced Procurement for Universities & Colleges), HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium), LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium), as detailed within Appendix E - List of Institutions. The estimated value of the above bodies is estimated at 10,380,000 GBP per annum. Collaborative Partners include the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at: http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland and territorial and special health boards will also be named as having access to this Framework Agreement. This is part of the resilience measures across the public sector, and this will be reflected in the inflated contract value notice. Access by these parties is not designed for ‘business as usual’ activities and purchasing, unless otherwise advised by the relevant parties. The estimated value of the above bodies is estimated at 32,500,000 GBP per annum.

APUC LIMITED

Published 13 hours ago
Open

Capital Investment Works - 2026 to 2046

Southern Housing are seeking to procure up to 10 contractors to deliver Capital Investment Works across 10 operational Lots, 4 Lots for External elements (Windows, Roofs and non-fire Doors plus associated works) and 6 Lots for Internal elements (Kitchens and Bathrooms plus associated works) split on a geographical basis. The contracts also include provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents: a) Fire safety works (only within the primary area of component renewal) b) Retrofit works (non-SHDF/WH: SHF etc.) and Bidders will be required to have the capability to fulfil the following roles in support of the contract delivery: a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements c) Quality assurance of work delivered by the contractors with provision of supporting evidence. As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing. Southern Housing published a PIN and an Information Memorandum related to this procurement (Ref 2024-232366) on 22 July 2024 and have undertaken Pre Market engagement which has included: a) submission of questionnaire responses b) use of the questionnaire responses to understand the market and inform the procurement strategy c) completion of a market engagement event on 3 December 2024 and seeking feedback on the proposed procurement strategy d) forming an understanding of market capability e) sharing and seeking feedback on proposed lotting f) providing updates as to finalised lotting and the indicative procurement programme. Our Lots are: 4 Lots - External Elements - 1 Contractor per lot Lot 1 - LN - Ext - London North External Lot 2 - LS - Ext - London South External Lot 3 - SSX - Ext - Sussex External Lot 4 - KNT - Ext - Kent External 6 Lots - Internal Elements - 1 Contractor per lot Lot 5 - LN - Int - London North Internal Lot 6 - LSW - Int - London South West Internal Lot 7 - LSE - Int - London South East Internal Lot 8 - WSX - Int - West Sussex Internal Lot 9 - ESX - Int - East Sussex Internal Lot 10 - KNT - Int - Kent Internal Please note that all estimated Lot values stated exclude inflation. Bidders are able to tender for multiple Lots, Bidders will however, only be able to secure a maximum of 2 Lots across any combination of the External or Internal categories. Each Lot will be scored and evaluated individually and contracts will be awarded on the basis of the Most Advantageous Tender (MAT). The Contracts will be for an initial term of 10 years with an option to extend for up to a further 10 years, giving a total of 20 years. The Client is targeting the following strategic objectives and added value benefits: a) Contract rationalisation, flexibility, simplicity and versatility b) Creation of an integrated supply chain and standardised components providing: i) commercial incentives and benefits ii) financial savings iii) Consistent quality and customer experience d) Standardised approach to delivery and simple payment processes e) System integration of end to end activity f) Maximisation of guarantees/warranties and component lifecycles g) Delivery of social value outcomes h) Ideas and innovation The Client reserves the right, at its sole discretion, to update, modify or replace its strategic objectives or policies after the date of this Invitation to Tender by notification to the Bidders in writing. In accordance with section 52 of the Procurement Act 2023, wherever the Client enters into a public contract with an estimated value of more than £5 million, the Client must set and publish at least three key performance indicators in respect of the Contract. In light of the estimated value of the Contract, the Client has set the following indicative key performance indicators for the purposes of this procurement: KPI 1 - Performance Against Programme KPI 2 - Resident Satisfaction KPI 3 - Achieving Budget KPI 4 - Defects at Handover The contract extension options will be linked to performance and a programme of market testing as set out in the Invitation to Tender. This serves as a longer-term incentive and establishes testing of ongoing value for money. The Client will enter into Contract with the with the successful Contractor(s) which shall be based on the NHF Form of Contract 2023 (including a Schedule of Amendments).

Katy Reed

Published 1 week ago
Open

Capital Investment Works - 2026 to 2046

Southern Housing are seeking to procure up to 10 contractors to deliver Capital Investment Works across 10 operational Lots, 4 Lots for External elements (Windows, Roofs and non-fire Doors plus associated works) and 6 Lots for Internal elements (Kitchens and Bathrooms plus associated works) split on a geographical basis. The contracts also include provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents: a) Fire safety works (only within the primary area of component renewal) b) Retrofit works (non-SHDF/WH: SHF etc.) and Bidders will be required to have the capability to fulfil the following roles in support of the contract delivery: a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements c) Quality assurance of work delivered by the contractors with provision of supporting evidence. As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing. Southern Housing published a PIN and an Information Memorandum related to this procurement (Ref 2024-232366) on 22 July 2024 and have undertaken Pre Market engagement which has included: a) submission of questionnaire responses b) use of the questionnaire responses to understand the market and inform the procurement strategy c) completion of a market engagement event on 3 December 2024 and seeking feedback on the proposed procurement strategy d) forming an understanding of market capability e) sharing and seeking feedback on proposed lotting f) providing updates as to finalised lotting and the indicative procurement programme. Our Lots are: 4 Lots – External Elements – 1 Contractor per lot Lot 1 – LN - Ext - London North External Lot 2 – LS - Ext - London South External Lot 3 – SSX - Ext - Sussex External Lot 4 – KNT - Ext - Kent External 6 Lots – Internal Elements – 1 Contractor per lot Lot 5 – LN - Int - London North Internal Lot 6 – LSW - Int - London South West Internal Lot 7 – LSE - Int - London South East Internal Lot 8 – WSX - Int - West Sussex Internal Lot 9 – ESX - Int - East Sussex Internal Lot 10 - KNT - Int - Kent Internal Please note that all estimated Lot values stated exclude inflation. Bidders are able to tender for multiple Lots, Bidders will however, only be able to secure a maximum of 2 Lots across any combination of the External or Internal categories. Each Lot will be scored and evaluated individually and contracts will be awarded on the basis of the Most Advantageous Tender (MAT). The Contracts will be for an initial term of 10 years with an option to extend for up to a further 10 years, giving a total of 20 years. The Client is targeting the following strategic objectives and added value benefits: a) Contract rationalisation, flexibility, simplicity and versatility b) Creation of an integrated supply chain and standardised components providing: i) commercial incentives and benefits ii) financial savings iii) Consistent quality and customer experience d) Standardised approach to delivery and simple payment processes e) System integration of end to end activity f) Maximisation of guarantees/warranties and component lifecycles g) Delivery of social value outcomes h) Ideas and innovation The Client reserves the right, at its sole discretion, to update, modify or replace its strategic objectives or policies after the date of this Invitation to Tender by notification to the Bidders in writing. In accordance with section 52 of the Procurement Act 2023, wherever the Client enters into a public contract with an estimated value of more than £5 million, the Client must set and publish at least three key performance indicators in respect of the Contract. In light of the estimated value of the Contract, the Client has set the following indicative key performance indicators for the purposes of this procurement: KPI 1 – Performance Against Programme KPI 2 – Resident Satisfaction KPI 3 – Achieving Budget KPI 4 – Defects at Handover The contract extension options will be linked to performance and a programme of market testing as set out in the Invitation to Tender. This serves as a longer-term incentive and establishes testing of ongoing value for money. The Client will enter into Contract with the with the successful Contractor(s) which shall be based on the NHF Form of Contract 2023 (including a Schedule of Amendments).

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete