Tender

0325 Supply and Distribution of Milk and Dairy Free Alternatives

  • Scotland Excel

F02: Contract notice

Notice identifier: 2025/S 000-082383

Procurement identifier (OCID): ocds-h6vhtk-051006

Published 12 December 2025, 11:35am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

education.corporate@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

0325 Supply and Distribution of Milk and Dairy Free Alternatives

Reference number

0325

two.1.2) Main CPV code

  • 15500000 - Dairy products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract notice is in relation to the new framework for 0325 Supply and Distribution of Milk and Dairy Free Alternatives. These products are for, but not limited to, use within schools, nurseries and council buildings, It is anticipated that the scope of products covered under the framework will provide a range of products including but not limited to whole milk, semi skimmed milk, skimmed milk, organic milk, cream and dairy free alternatives which Councils may require.

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Fresh Milk

Lot No

1

two.2.2) Additional CPV code(s)

  • 15510000 - Milk and cream
  • 15550000 - Assorted dairy products
  • 15511000 - Milk
  • 15511100 - Pasteurised milk
  • 15511300 - Skimmed milk
  • 03333000 - Fresh cows' milk
  • 15511500 - Full-cream milk
  • 15512100 - Single cream
  • 15512200 - Double cream

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations within the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

This Contract Notice is in relation to a new framework opportunity for the Supply and Distribution of Milk and Dairy Free Alternatives.

The scope of products covered under this framework lot will include a range of dairy products including but not limited to whole milk, semi-skimmed milk, skimmed milk, and fresh creams.

These products are for, but not limited to schools, nurseries, council buildings. Tenderers may bid for one, some or all Lots, and for one, some or all geographic areas within each Lot, as they choose.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £32,400,000

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: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Organic Milk

Lot No

2

two.2.2) Additional CPV code(s)

  • 15550000 - Assorted dairy products
  • 15510000 - Milk and cream
  • 15511000 - Milk
  • 15511300 - Skimmed milk
  • 03333000 - Fresh cows' milk
  • 15511500 - Full-cream milk
  • 15512100 - Single cream
  • 15512200 - Double cream

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations within the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This Contract Notice is in relation to a new framework opportunity for the Supply and Distribution of Milk and Dairy Free Alternatives.

The scope of products covered under this framework lot will include a range of organic dairy products including but not limited to whole milk, semi-skimmed milk and skimmed milk.

These products are for, but not limited to schools, nurseries, council buildings.

Tenderers may bid for one, some or all Lots, and for one, some or all geographic areas within each Lot, as they choose.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £1,800,000

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: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Dairy Free Alternatives

Lot No

3

two.2.2) Additional CPV code(s)

  • 15511000 - Milk
  • 15511210 - UHT milk
  • 15512100 - Single cream
  • 15512200 - Double cream

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations within the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This Contract Notice is in relation to a new framework opportunity for the Supply and Distribution of Milk and Dairy Free Alternatives.

The scope of products covered under this framework lot will include a range of dairy free alternatives including but not limited to oat, soya, almond, rice milk and cream.

These products are for, but not limited to schools, nurseries, council buildings.

Tenderers may bid for one, some or all Lots, and for one, some or all geographic areas within each Lot, as they choose.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £1,800,000

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: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1. SPD (Scotland) Question 4B.5: Insurance Requirements

2. SPD (Scotland) Question 4B.6: Other Economic & Financial Requirements In accordance with Regulation 59 (12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual Lot.

Minimum level(s) of standards possibly required

It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY INSURANCE - no less than GBP 10 million in respect of each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE - Minimum of GBP 10 million, in respect of each and every claim, and in the aggregate for products.

MOTOR VEHICLE INSURANCE - statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

For tenderers who will sub contract parts of the business, it is a requirement that the tenderer requires to provide a letter signed by a person of appropriate authority confirming that the tenderer has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.

LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of contract. FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.

Other Economic and Financial Requirements.

Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code. Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.

SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot :

1. SPD (Scotland) Question 4C.1: Supply & Services Contracts

2. SPD (Scotland) Question 4C.10:Subcontracting

3. SPD (Scotland) Question 4D.1: Quality Assurance Scheme and Health and Safety Procedures

4. SPD (Scotland) Question 4D.2: Environmental Management Standards

Minimum level(s) of standards possibly required

Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the 0325 Information and Instructions to Tenderers document, which can be found in the "Information and Instructions" folder in the Buyer Attachment area, within ITT 60082 of project 29749.

SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR A documented policy regarding quality management.

The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Tenderers require to confirm their acceptance of the terms and conditions conditions and all Goods to be supplied must be provided in accordance with the applicable Law and contract requirements. TENDERS MADE SUBJECT TO CONDITIONS MAY NOT BE CONSIDERED AND MAY BE REFUSED ON THE GROUNDS OF SUCH CONDITIONS ALONE. Scotland Excel may require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract and may require them to assume a specific legal form for the purposes of the appointment to the Framework. For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation available in the relevant PCS-T project for this procurement exercise.


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

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Whether an electronic auction will be used is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-020173

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 January 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 January 2026

Local time

12:00pm

Place

Scotland Excel Offices, Renfrewshire House, Cotton Street, Paisley, PA1 1AR


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force.

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

A) The 32 local authorities in Scotland as listed at https://home.scotland-excel.org.uk/about-us/our-members

B) Scotland Excel associate members as listed at https://home.scotland-excel.org.uk/about-us/our-members

C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland)Act 2014.

D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

E) Tayside Contracts

F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.

G) Scottish Prison Service (SPS)

H) Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)

I) Transport Scotland

J) Scottish Government and Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to this framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement. REBATE REQUIREMENTS

Tenderers should note that retrospective rebates apply to this Framework. Further details are contained in the tender documents.

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29749. 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:

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents. Tenderer’s should note that community benefits is a scored criterion.

(SC Ref:806903)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.