Public tenders
Tenders in Hotel, restaurant & retail
Live results from every procurement portal we monitor. Refine the search using the filter bar above.
36 matching · page 2 of 2
HBC JB Provision of Food Safety Inspection Services (ESPH771)
Hastings Borough Council
Hastings Borough Council are seeking a suitably qualified and experienced Contractor to carry out food safety inspections in accordance with statutory requirements and in particular Codes of Practice issued under Section 40 of the Food Safety Act 1990. The Contractor must hold suitable qualifications and competency for food hygiene as prescribed by the Food Law Code of Practice (England) (Issued 23rd October 2025) pursuant to section 40(1) of The Food Safety Act 1990 Chapter 3 Authorisation, Qualifications and Competency. Full details are available in the tender documents.
Liverpool Primary School Group Catering Framework Tender 2026
RPJ3 Group
The Liverpool Primary School Group are seeking to procure a number of providers for a multi-supplier framework for catering services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the collaborative group to source catering services for its schools. There are initially 10 schools in this framework, however, other schools may call off later. It should be noted that it is not mandatory for schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of contractors on the framework will be between 1 and 3 The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported. This framework process is targeted to have a catering contract in place to commence in March 2027 for the initial direct award schools. Please note that this process covers all catering services within the collaborative group schools with full tender costings and proposals for the schools for a contract start in in March 2027 for the initial direct award schools. These details will be further explained in the ITT documents. The process will be through a competitive flexible procedure commencing with a participation stage to create a select bidder list following analysis of a PSQ document (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering services and support required by the collaborative group. Labour resource/relief cover is very important. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP). Following the analysis of PSQ’s the selected bidders will be invited to attend site surveys and tender briefing initially planned for early July 2026. Tender response deadline is planned as Mid-Aug
Spinnaker Tower Operator
Portsmouth City Council
Portsmouth City Council - the 'Council - is inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis. THE TOWER The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening. There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space. Permitted Uses, Opening Times & Access Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered. The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew
Central Learning Partnership Trust - Catering Services Tender
Central Learning Partnership Trust
Central Learning Partnership Trust are a dynamic and thriving Multi-Academy Trust, proudly encompassing sixteen Schools across all phases, both mainstream and special, located in the vibrant communities of Wolverhampton, Rotherham, and Worcestershire. The Trust are seeking Catering service providers to tender for the provision of all catering services presently offered within the Schools outlined in the PSQ document, including lunch and all hospitality and free issue requirements. The contract will be for three years in duration, with the option to extend for a further one period of up to two years and with a commencement date of 15 February 2027. Full details will be included in the Invitation to Tender. TUPE regulations apply to this contract, which involves the transfer of existing catering staff, of which some may be members of the Local Government Pension Scheme, requiring arrangements to be made for 'Admitted Body' status with the relevant pension fund.
EPOS system for Carmarthenshire County Council's leisure service
Carmarthenshire County Council
Carmarthenshire County Council Healthy Communities & Public Protection Service are looking to procure an EPOS system that is multifunctional and can operate across several facilities. The system should be able to manage both catering and retail operations as well as having the capability to offer additional functionality detailed in the specification below, to help facilities manage their daily financial transactions with a key driver being to reduce costs, drive sales and deliver better customer service. The EPOS system will be installed in cafés and restaurants within leisure-based facilities such as leisure centres, country parks, small hotel, museums, art venues and theatres. The system will be expected to help facilitate the daily operation of such venues to varying degrees, the capability to tailor the system set up based on a venues requirement will be an important factor (i.e. some facilities will only require an EPOS to run F&B and retail sales, where another may need to be able to facilitate F&B, Retail, Ticketing and Membership capability etc.). The ability to manage facility admissions, retail sales, daily stock management and provide comprehensive real time back-office management data are just some of the key functionalities expected of the system.
Holiday Activity and Food Programme Management
Birmingham City Council
Birmingham City Council (the "Council") is seeking to appoint an organisation to deliver the Holiday Activity and Food Programme. This holiday provision is for school aged children from reception to year 11 (inclusive) who receive benefits-related free school meals. For 2026 to 2027, the HAF programme will remain in line with the existing FSM threshold, for the whole of the delivery year (April 2026 – March 2027). From September 2026, when the new FSM expansion takes place, HAF will not be expanded to children from households in receipt of Universal Credit for this delivery period. The contract is estimated to commence on 01 October 2026 and will be in place for a period of 2 years and 6 months (end March 2029) with the option to extend for a further 1 year subject to satisfactory performance and funding availability.
Appointment of Operator for 8 Bedroom Family Friendly Accommodation, Retail Unit, Public Car Park, Play Area & Public Toilets at Pontneddfechan
Neath Port Talbot County Borough Council
Neath Port Talbot Council invites tenders from experienced commercial operators to secure a 20 year lease (with the option to extend for a further 5 years) to run and maintain a new flagship offer in Waterfall Country Pontneddfechan in the Vale of Neath. We are seeking an operator to take on the complete management of the following: • An eight‑bedroom, family‑friendly visitor accommodation • A retail unit suitable for a farm shop or community shop • A 136‑space public car park • A children’s play area • Public toilets serving both the local community and visitors. This is a fantastic opportunity to shape a fully integrated visitor hub at the gateway to Waterfall Country. The successful operator will have the opportunity to build a thriving business, enhance the visitor experience and play a key role in supporting the local community and economy.
HBC JB Provision of Food Safety Inspection Services (ESPH771)
Hastings Borough Council
Hastings Borough Council are seeking a suitably qualified and experienced Contractor to carry out food safety inspections in accordance with statutory requirements and in particular Codes of Practice issued under Section 40 of the Food Safety Act 1990. The Contractor must hold suitable qualifications and competency for food hygiene as prescribed by the Food Law Code of Practice (England) (Issued 23rd October 2025) pursuant to section 40(1) of The Food Safety Act 1990 Chapter 3 Authorisation, Qualifications and Competency. Full details are available in the tender documents.
Liverpool Primary School Group Catering Framework Tender 2026
RPJ3 Group
The Liverpool Primary School Group are seeking to procure a number of providers for a multi-supplier framework for catering services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the collaborative group to source catering services for its schools. There are initially 10 schools in this framework, however, other schools may call off later. It should be noted that it is not mandatory for schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of contractors on the framework will be between 1 and 3 The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported. This framework process is targeted to have a catering contract in place to commence in March 2027 for the initial direct award schools. Please note that this process covers all catering services within the collaborative group schools with full tender costings and proposals for the schools for a contract start in in March 2027 for the initial direct award schools. These details will be further explained in the ITT documents. The process will be through a competitive flexible procedure commencing with a participation stage to create a select bidder list following analysis of a PSQ document (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering services and support required by the collaborative group. Labour resource/relief cover is very important. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP). Following the analysis of PSQ’s the selected bidders will be invited to attend site surveys and tender briefing initially planned for early July 2026. Tender response deadline is planned as Mid-Aug
Spinnaker Tower Operator
Portsmouth City Council
Portsmouth City Council - the 'Council - is inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis. THE TOWER The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening. There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space. Permitted Uses, Opening Times & Access Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered. The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew
Central Learning Partnership Trust - Catering Services Tender
Central Learning Partnership Trust
Central Learning Partnership Trust are a dynamic and thriving Multi-Academy Trust, proudly encompassing sixteen Schools across all phases, both mainstream and special, located in the vibrant communities of Wolverhampton, Rotherham, and Worcestershire. The Trust are seeking Catering service providers to tender for the provision of all catering services presently offered within the Schools outlined in the PSQ document, including lunch and all hospitality and free issue requirements. The contract will be for three years in duration, with the option to extend for a further one period of up to two years and with a commencement date of 15 February 2027. Full details will be included in the Invitation to Tender. TUPE regulations apply to this contract, which involves the transfer of existing catering staff, of which some may be members of the Local Government Pension Scheme, requiring arrangements to be made for 'Admitted Body' status with the relevant pension fund.
Denmark – Hotel, restaurant and retail trade services – Koncessionsaftale Salgsautomater
Metroselskabet I/S
Som led i udviklingen af metroens forretningsområder ønsker Metroselskabet at styrke den passagerrettede service og den samlede kundeoplevelse i forhold til at rejse med metroen. Metroselskabet ønsker som led heri, at der opstilles og drives mindre ubemandede butikker på metrostationerne i form af salgsautomater. Butikkerne skal tilbyde et udvalg af convenience produkter o.a. varer til passagererne i metroen, som kan medbringes på en hurtig og nem måde, mens man er på farten. På baggrund heraf udbyder Metroselskabet en (betinget) koncessionsaftale om finansiering, opstilling og drift af Salgsautomater på metroens stationer, som bl.a. omfatter: Kgs. Nytorv, København H, Frederiksberg, Rådhuspladsen, Nørrebro, Østerport, Enghave Plads, Trianglen, Skjolds Plads og Nørrebro Runddel (Fase 1) samt yderligere placeringer; Kgs. Nytorv, Nørreport, Frederiksberg, Christianshavn, Rådhuspladsen, Amagerbro, Gammel Strand, Forum, Poul Henningsens Plads, Islands Brygge, Fasanvej og Frederiksberg allé (Fase 2). Der henvises til de i udbudsmaterialets beskrevne stationer og potentialer (Bilag 7) for en oversigt. Aftalen løber i 6 år, men er betinget på den måde, at en succesfuld gennemførelse af Fase 1, er en betingelse for at igangsætte udførelsen af Fase 2. Fase 1 løber i 2 år, mens Fase 2 (som omfatter dels en videreførelse af stationerne fra Fase 1 og en igangsætning af stationerne omfattet af Fase 2) løber i 4 år. Samlet har koncessionsaftalen en varighed på 6 år. Der vil ved udløb af Fase 2 være mulighed for forlængelse på 2 x 12 måneder. Hvis de af Metroselskabet på forhånd fastsatte performancekriterier (Bilag 5) for Fase 1 ("prøveperioden") ikke kan imødekommes, udløber aftalen ved udgangen af Fase 1 pr. 31.12.2028 og Fase 2 bortfalder. Metroselskabets kontraktvilkår fremgår af udkast til aftalevilkår, mens kravene til ydelserne er detaljeret be...