Tender

Provision of an end-to-end Catering Services including product sourcing & procurement with associated supply chain management into service centres and final mile logistics (from receipt of goods into service centre through to delivery to train side).

FIRST TRENITALIA WEST COAST RAIL LIMITED

This public procurement record has 1 release in its history.

Tender

13 Aug 2025 at 14:38

Summary of the contracting process

The procurement process initiated by First Trenitalia West Coast Rail Limited for the provision of end-to-end catering services encompasses product sourcing, supply chain management into service centres, and final-mile logistics. The tender falls under the industry category of 'Catering services for transport enterprises' and situated in London, UK. It is currently in the tender stage, aiming to appoint a supplier by 1st April 2026. The expression of interest deadline is 13th September 2025, with the award period concluding on 6th February 2026. This procurement method utilises a competitive flexible procedure, which includes a pre-qualification stage, followed by an invitation to negotiate phase, fully compliant with the UK Procurement Act 2023.

This tender offers significant business growth potential, especially for those in the catering and logistics sectors, providing a comprehensive avenue to showcase their operational efficiency and value-chain management skills in high-demand environments such as rail transport. It is especially suitable for SMEs with capabilities in last-mile delivery, supplier management, and inventory oversight. Opportunities exist for innovative product development and infrastructure management, emphasizing digital transformation and sustainability. Engaging in this procurement process allows businesses to collaborate with a key player in the UK's transport sector, with a substantial contract value estimated at £259,800,000 and the potential for a contract extension, offering long-term business engagement prospects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of an end-to-end Catering Services including product sourcing & procurement with associated supply chain management into service centres and final mile logistics (from receipt of goods into service centre through to delivery to train side).

Notice Description

Procurement of Catering services to include: 1) New Product Development and Procurement for AWC Catering Sourcing and Management: Identify and procure food, drink, consumables, and equipment at the best value for money, ensuring competitiveness throughout the product lifecycle, and value chain. Supplier Assurance: Maintain a safe and responsible supplier base. Supplier Management: Oversee lower-tier food and product suppliers, whether sourced by the supplier or designated by AWC. Product Specification and Supply: Specify, order, and supply food and ancillary catering products. This includes creating documentation such as calorific and allergen information and maintaining the bill of materials. Inventory Accountability: Ensure the correct level of food and catering products are available for order and/or distribution to the final mile logistics supplier. 2) Logistics End-to-End Last Mile Delivery of Produce to Trains Warehouse Management: Ensure professional, safe, and efficient warehouse operations, including the use of relevant IT systems, ensuring 'best in class inventory management Availability and Waste Management: Maximise product availability while minimising waste. Delivery Coordination: Deliver products to trains, lounges, and other locations as per AWC's forecasts and orders. Premises and Asset Maintenance: Maintain AWC premises and assets. Safety Systems: Implement robust safety and food safety systems to manage, monitor, and minimize all safety risks. Supplier Staff Management: Engage and manage supplier staff to minimise sickness and turnover Note: TUPE applies for incumbent Supplier staff to the provision of Catering Services. Details on the T&Cs and the extent/nature of dialogue/negotiation during the process will be provided to down-selected bidders only during the ITN stage.

Lot Information

Lot 1

Renewal: The contract length is anticipated to be five (5) years with an option to extend for another 2 years (as a 1+1 option). The estimated contract value stated above is for the total term i.e. 7 years (5+2). Estimated Value below; 26/27 PS34.3M 27/28 PS35.7M 28/29 PS36.2M 29/30 PS37.3M 30/31 PS38.0M 31/32 PS38.8M 32/33 PS39.6M The spend indicated within this tender process is not fully committed as the actual annual budgets will be subject to approval by Department for Transport from time to time, usually annually. Please note, we would reserve the right to reduce or increase the budgets as necessary at any point in time.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05873b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/048484-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

55 - Hotel, restaurant and retail trade services


CPV Codes

55522000 - Catering services for transport enterprises

Notice Value(s)

Tender Value
£259,800,000 £100M-£1B
Lots Value
£259,800,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FIRST TRENITALIA WEST COAST RAIL LIMITED
Contact Name
Ruchiie Sehdev
Contact Email
ruchiie.sehdev@avantiwestcoast.co.uk
Contact Phone
+447773732843

Buyer Location

Locality
LONDON
Postcode
W2 1AF
Post Town
West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
Hyde Park
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05873b-2025-08-13T15:38:22+01:00",
    "date": "2025-08-13T15:38:22+01:00",
    "ocid": "ocds-h6vhtk-05873b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-10349442",
            "name": "FIRST TRENITALIA WEST COAST RAIL LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10349442"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGLQ-8629-CMPG"
                }
            ],
            "address": {
                "streetAddress": "8th Floor The Point",
                "locality": "London",
                "postalCode": "W2 1AF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Ruchiie Sehdev",
                "email": "ruchiie.sehdev@avantiwestcoast.co.uk",
                "telephone": "+447773732843"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-10349442",
        "name": "FIRST TRENITALIA WEST COAST RAIL LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-05873b",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of an end-to-end Catering Services including product sourcing & procurement with associated supply chain management into service centres and final mile logistics (from receipt of goods into service centre through to delivery to train side).",
        "description": "Procurement of Catering services to include: 1) New Product Development and Procurement for AWC Catering Sourcing and Management: Identify and procure food, drink, consumables, and equipment at the best value for money, ensuring competitiveness throughout the product lifecycle, and value chain. Supplier Assurance: Maintain a safe and responsible supplier base. Supplier Management: Oversee lower-tier food and product suppliers, whether sourced by the supplier or designated by AWC. Product Specification and Supply: Specify, order, and supply food and ancillary catering products. This includes creating documentation such as calorific and allergen information and maintaining the bill of materials. Inventory Accountability: Ensure the correct level of food and catering products are available for order and/or distribution to the final mile logistics supplier. 2) Logistics End-to-End Last Mile Delivery of Produce to Trains Warehouse Management: Ensure professional, safe, and efficient warehouse operations, including the use of relevant IT systems, ensuring 'best in class inventory management Availability and Waste Management: Maximise product availability while minimising waste. Delivery Coordination: Deliver products to trains, lounges, and other locations as per AWC's forecasts and orders. Premises and Asset Maintenance: Maintain AWC premises and assets. Safety Systems: Implement robust safety and food safety systems to manage, monitor, and minimize all safety risks. Supplier Staff Management: Engage and manage supplier staff to minimise sickness and turnover Note: TUPE applies for incumbent Supplier staff to the provision of Catering Services. Details on the T&Cs and the extent/nature of dialogue/negotiation during the process will be provided to down-selected bidders only during the ITN stage.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "55522000",
                        "description": "Catering services for transport enterprises"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 311760000,
            "amount": 259800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This will be a two-stage process with a Pre-Qualification Stage (PQQ) followed by down-selection of a limited number of Applicants to proceed to an Invitation to Negotiate (ITN) stage. AWC Procurement will manage the tender process, which will be carried out in accordance with the Procurement Act 2023. The process will not make use of an electronic auction. The Client reserves the right at its absolute discretion throughout the procurement process: 1. to amend and refine the award criteria, 2. to amend and refine the proposed procurement procedure prior to issuing the ITN, and 3. not to proceed with a contract award. Following the evaluation of the PQQ responses, the Client will shortlist the applicants it will invite to tender in accordance with the terms of the PQQ. The Client reserves the right to limit the number of applicants that are invited to tender to a maximum of four (4) applicants. Only applicants that score a \"pass\" for all non-qualitatively scored questions in the PQQ (outlined within tab 5 to 7 within the PQQ questionnaire) will be considered and Applicants will then be ranked in order of highest to lowest score. The Client reserves the right, in its absolute discretion, to invite more applicants into the ITN process if there is a tie in the scores between two (2) or more applicants for the final place. . Those tenderers shortlisted from the PQQ stage will be invited to submit a proposal based on the ITN. Submissions will be evaluated during the ITN stage, allowing internal teams to select the most advantageous tender (MAT) based on both qualitative and cost evaluations, including final contract negotiations. All tenderers will be taken to a presentation stage to demonstrate their confidence in delivery. The procurement timeline will be published and aimed at appointing a new supplier by 1st April 2026 to allow for mobilisation, with the contract start date set for 1st July 2026. The existing suite of First Group systems (e,g, WAX Portal) will support the process, ensuring full transparency and auditability in accordance with the new Procurement Act 2023. Details on the T&Cs and the extent/nature of dialogue/negotiation during the process will be provided to down-selected bidders only during the ITN stage."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "http://redirect.transaxions.com/events/1O0sY Gaining Access to the PQQ Documentation - Please go to the Wax Portal using the web address above and click on the expression of interest submission button. - We also require an NDA to be completed prior to releasing the PQQ documents. Please either: 1. Provide evidence that a suitable NDA is already in existence between our companies, OR 2. Download, complete, sign and return the attached NDA within the Wax Portal (which can be found in the \"Attachments Section\" of this EoI), to the Procurement Lead, Ruchiie Sehdev, at ruchiie.sehdev@avantiwestcoast.co.uk. - The PQQ documents will be released to you once the expression of interest has been submitted and the NDA documentation had been received by the Procurement Lead. - Once you gain access to the PQQ documents, please begin your review, and if you intend to participate, please submit your PQQ response in line with the published PQQ submission timetable. Alternatively, if you decide not to participate please decline the invite and provide a reason. - The deadline for expression of interest is 13th September 2025 (12:00).",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-13T12:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-02-06T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 311760000,
                    "amount": 259800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative Weighting",
                            "description": "1 Contract Objectives 3% 2 Management & Staffing 2% 3 Safety 4% 4 Contracts & Contract Management 4% 5 Sustainability 4% 6 Embracing Digital Transformation and Automation 4% 7 New Product and Menu Development 4% 8 Procurement 4% 9 Food Safety 4% 10 Supplier Management 1% 11 Inventory Management 6% 12 Infrastructure 3% 13 Deliveries To Final Destination (trains, lounges etc) 6% 14 Contingency 2% 15 Mobilisation 4%",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contract Evaluation",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "This will be a two-stage process with a Pre-Qualification Stage (PQQ) followed by down-selection of a limited number of Applicants to proceed to an Invitation to Negotiate (ITN) stage. AWC Procurement will manage the tender process, which will be carried out in accordance with the Procurement Act 2023. The process will not make use of an electronic auction. The Client reserves the right at its absolute discretion throughout the procurement process: 1. to amend and refine the award criteria, 2. to amend and refine the proposed procurement procedure prior to issuing the ITN, and 3. not to proceed with a contract award Following the evaluation of the PQQ responses, the Client will shortlist the applicants it will invite to tender in accordance with the terms of the PQQ. The Client reserves the right to limit the number of applicants that are invited to tender to a maximum of four (4) applicants. Only applicants that score a \"pass\" for all non-qualitatively scored questions in the PQQ will be considered and Applicants will then be ranked in order of highest to lowest score. The Client reserves the right, in its absolute discretion, to invite more applicants into the ITN process if there is a tie in the scores between two (2) or more applicants for the final place. Those tenderers shortlisted from the PQQ stage will be invited to submit a proposal based on the ITN. Submissions will be evaluated during the ITN stage, allowing internal teams to select the most advantageous tender (MAT) based on both qualitative and cost evaluations, including final contract negotiations. All tenderers will be taken to a presentation stage to demonstrate their confidence in delivery. The procurement timeline will be published and aimed at appointing a new supplier by 1st April 2026 to allow for mobilisation, with the contract start date set for 1st July 2026. The existing suite of First Group systems (e,g, WAX Portal) will support the process, ensuring full transparency and auditability in accordance with the new Procurement Act 2023.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2033-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract length is anticipated to be five (5) years with an option to extend for another 2 years (as a 1+1 option). The estimated contract value stated above is for the total term i.e. 7 years (5+2). Estimated Value below; 26/27 PS34.3M 27/28 PS35.7M 28/29 PS36.2M 29/30 PS37.3M 30/31 PS38.0M 31/32 PS38.8M 32/33 PS39.6M The spend indicated within this tender process is not fully committed as the actual annual budgets will be subject to approval by Department for Transport from time to time, usually annually. Please note, we would reserve the right to reduce or increase the budgets as necessary at any point in time."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "http://redirect.transaxions.com/events/1O0sY"
            },
            {
                "id": "048484-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/048484-2025",
                "datePublished": "2025-08-13T15:38:22+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}