Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
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.