Section one: Contracting authority
one.1) Name and addresses
Haslingden High School
Broadway
Haslingden
BB4 4EY
Telephone
+44 1706215726
Country
United Kingdom
NUTS code
UKD4 - Lancashire
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Broadway
Haslingden
BB4 4EY
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Dukefield FoodService
New Road
Bolton
BL1 4RA
darron.bibby@dukefieldfood.com
Telephone
+44 7545051912
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://suppliers.multiquote.com
Buyer's address
https://suppliers.multiquote.com
one.1) Name and addresses
Public Sector
Broadway
Haslingden
BB4 4EY
Telephone
+44 7545051912
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Haslingden High School
Broadway
Haslingden
BB4 4EY
Telephone
+44 1706215726
Country
United Kingdom
NUTS code
UKD4 - Lancashire
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Distribution of Catering Disposables
Reference number
CA15372 - HHS/DF/CD-2025
two.1.2) Main CPV code
- 39222100 - Disposable catering supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
This Framework is designed to meet the Catering Disposable needs of Haslingden High School it is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at
http://www.dukefieldfoodservice.com/fts-eligible-users.
The framework will be supplied nationally with a maximum of 3 suppliers awarded.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
This framework is designed to meet the Disposable Catering needs across the entire public sector. The framework covers a comprehensive range and full details of the service provision are contained within the invitation to Tender documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The framework is being delivered through Haslingden High School and its partners Dukefield
Foodservice Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Foodservice Ltd
are acting as agents of Haslingden High School in the development and ongoing contract
management of this framework. The contracting authority will be using an eTendering
system to conduct the procurement exercise. To access the procurement
documentation suppliers must register their company details on the Sourcing Cloud system
at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or
indeed any tender. Haslingden High School expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the
procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement
as detailed within the tender documentation;
(c) to award a contract covering only part of the Contracting Authorities requirements if
explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the
Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not
confer any undue competitive advantage in the favour of any supplier from whom such
clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either
personal or in consideration of any organisation bidding for the contract, the contracting
authority shall have the explicit right to immediately exclude that person or organisation
from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the
commencement of the procurement process, the contracting authority reserves the right to
name any organisation that has been involved in these discussions and release any and all
specifications/discussion documents to the market where appropriate to the subject matter
of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the
contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all
Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of
participants to the framework:
Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the
same evaluation score and are ranked in the last supplier award position, each of these
tenderers shall be deemed to occupy the last framework agreement contract award position
for the Lot in question for the purpose of calculating the maximum number of suppliers under
the framework.
The contracting authority will award a framework agreement to additional tenderers on a
particular Lot beyond the stated maximum number for that lot, where their final evaluation
score (s) is within 0.5% of the last placed position only on the particular lot. For the
avoidance of doubt, the last placed position in respect of this framework on each lot is third
place.
six.4) Procedures for review
six.4.1) Review body
Haslingden High School
Broadway
Haslingden
BB4 4EY
Telephone
+44 1706215726
Fax
+44 1706219861
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Haslingden High School
Broadway
Haslingden
BB4 4EY
Telephone
+44 1706215726
Fax
+44 1706219861
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedure
Haslingden High School will incorporate a minimum 10-day standstill period at the point
information on the award of contract is communicated to tenderers. Bidders who are
unsuccessful shall be informed by the Contracting Authority as soon as possible after the
decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding
the award of the contract has not been successfully resolved, the Public Procurement
Regulations provide for the aggrieved parties who have been harmed or who are at risk of
harm by the breach of the rules to take action in the High Court (England, Wales and
Northern Ireland). Any action must be generally brought within 3 months. If a declaration of
ineffectiveness is sought, any such action must be brought within 30 days where the
Contracting Authority has communicated the award of the contract and a summary of
reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the
award decision or order the Contracting Authority to amend any document and may award
damages. If the Contract has been entered into the Court may, depending on the
circumstances, award damages, make a declaration of ineffectiveness, order the
Contracting Authority to pay a fine, and/or order that the duration of the contract the
shortened. The purpose of the standstill period referred to above is to allow the parties to
apply to the Courts to set aside the award decision before the contract is entered into
six.4.4) Service from which information about the review procedure may be obtained
Haslingden High School
Broadway
Haslingden
BB4 4EY
Telephone
+44 1706215726
Fax
+44 1706219861
Country
United Kingdom