Opportunity

Cornwall Cluster 8 ~ Catering Services Tender

  • Celtic Cross Education
  • Cubert School
  • Mounts Bay Academy
  • Rainbow Multi Academy Trust
  • St Day & Carharrack School
Show 1 more buyer Show fewer buyers
  • Truro & Penwith Academy Trust

F02: Contract notice

Notice reference: 2021/S 000-001534

Published 26 January 2021, 12:32pm



Section one: Contracting authority

one.1) Name and addresses

Celtic Cross Education

Unit 15 Victoria Trading Estate, Victoria Business Park, Roche

St Austell

PL26 8LX

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

National registration number

United Kingdom

Internet address(es)

Main address

https://www.celticcross.education/

one.1) Name and addresses

Cubert School

Chynowen Lane, Cubert, Newquay

Cornwall

TR8 5HE

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

https://www.cubert.cornwall.sch.uk/

one.1) Name and addresses

Mounts Bay Academy

Boscathnoe Lane, Heamoor

Penzance

TR18 3JT

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

http://mountsbay.org/

one.1) Name and addresses

Rainbow Multi Academy Trust

Unit 7, King Edward Mine, Troon, Cambourne

Cornwall

TR14 9HW

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

https://www.rainbowacademy.org.uk/

one.1) Name and addresses

St Day & Carharrack School

School Hill, Burnwithian, St Day, Redruth

Cornwall

TR16 5LG

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

http://www.st-day.cornwall.sch.uk/website

one.1) Name and addresses

Truro & Penwith Academy Trust

College Road, Truro Business Park

Cornwall

TR1 3XX

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

https://www.tpacademytrust.org/

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://www.delta-esourcing.com/tenders/UK-UK-St-Austell:-School-catering-services./6UTMB2946K

Additional information can be obtained from the above-mentioned address

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

Cornwall Cluster 8 ~ Catering Services Tender

two.1.2) Main CPV code

  • 55524000 - School catering services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide catering services for Cornwall Cluster 8. This is a lotted, collaborative tender project for Schools and Trusts across Cornwall.

two.1.5) Estimated total value

Value excluding VAT: £1,787,000

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

Celtic Cross Education

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

two.2.4) Description of the procurement

LOT 1

Celtic Cross Education (11 Schools):

Bishop Bronescombe C of E School

Grampound Road Village C of E Primary School

Grampound with Creed C of E Primary School

Ladock C of E Primary School

Lerryn C of E Primary School

Marchamchurch C of E Primary School

St Mabyn C of E Primary School

St Petroc’s C of E Primary School

St Tudy C of E Primary School

St Winnow C of E Primary School

Veryan C of E Primary School

The contract covers the scope for the provision of all catering services within the schools, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two years. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have or need to develop a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

The services are a mix of inhouse and outsourced support, TUPE is expected to apply. It is anticipated that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

6.There needs to be total transparency with accounts that are clear and easy to understand.

7.To achieve overall value for money is an objective of this tender – However please note that the Cluster is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer as well the management support.

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: £1,787,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://litmustms.co.uk/respond/6UTMB2946K

two.2) Description

two.2.1) Title

Cubert School

Lot No

2

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

two.2.4) Description of the procurement

LOT 2

Cubert School

The contract covers the scope for the provision of all catering services within the schools, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two years. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have or need to develop a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

The services are a mix of inhouse and outsourced support, TUPE is expected to apply. It is anticipated that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

6.There needs to be total transparency with accounts that are clear and easy to understand.

7.To achieve overall value for money is an objective of this tender – However please note that the Cluster is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer as well the management support.

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: £271,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://litmustms.co.uk/respond/86M63DFW33

two.2) Description

two.2.1) Title

Mounts Bay Academy

Lot No

3

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

two.2.4) Description of the procurement

LOT 3

Mounts Bay Academy

The contract covers the scope for the provision of all catering services within the schools, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two years. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have or need to develop a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

The services are a mix of inhouse and outsourced support, TUPE is expected to apply. It is anticipated that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

6.There needs to be total transparency with accounts that are clear and easy to understand.

7.To achieve overall value for money is an objective of this tender – However please note that the Cluster is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer as well the management support.

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: £1,144,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://litmustms.co.uk/respond/F2BA82ZSJY

two.2) Description

two.2.1) Title

Rainbow Multi Academy Trust

Lot No

4

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

two.2.4) Description of the procurement

LOT 4

Rainbow Multi Academy Trust (4 Schools)

Penponds School

St Meriadoc Infant School

St Meriadoc Junior School

Troon Community School

The contract covers the scope for the provision of all catering services within the schools, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two years. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have or need to develop a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

The services are a mix of inhouse and outsourced support, TUPE is expected to apply. It is anticipated that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

6.There needs to be total transparency with accounts that are clear and easy to understand.

7.To achieve overall value for money is an objective of this tender – However please note that the Cluster is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer as well the management support.

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: £1,239,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://litmustms.co.uk/respond/WM3SS3YRH5

two.2) Description

two.2.1) Title

St Day & Carharrack School

Lot No

5

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

two.2.4) Description of the procurement

LOT 5

St Day & Carharrack School

The contract covers the scope for the provision of all catering services within the schools, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two years. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have or need to develop a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

The services are a mix of inhouse and outsourced support, TUPE is expected to apply. It is anticipated that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

6.There needs to be total transparency with accounts that are clear and easy to understand.

7.To achieve overall value for money is an objective of this tender – However please note that the Cluster is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer as well the management support.

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: £195,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://litmustms.co.uk/respond/P8T6BB7383

two.2) Description

two.2.1) Title

Truro & Penwith Academy Trust

Lot No

6

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

two.2.4) Description of the procurement

LOT 6

Truro & Penwith Academy Trust (13 Schools)

Alverton Primary School

Cape Cornwall School

Gulval School

Hayle Academy

Liskeard-Hillfort Primary School

Nancledra School

Pendeen School

Pensans CP School

Perranporth CP School

Sennen Primary School

St Dennis Primary Academy

St Erth School

St Ives School

The contract covers the scope for the provision of all catering services within the schools, which also includes all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two years. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have or need to develop a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

The services are a mix of inhouse and outsourced support, TUPE is expected to apply. It is anticipated that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wises to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.

2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.

3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by our students.

4.Innovation and flexibility, with the ability to introduce within the menu current “food trends” and recommend new service initiatives to keep school meals exciting.

5.An effective marketing campaign MAC that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike,

6.There needs to be total transparency with accounts that are clear and easy to understand.

7.To achieve overall value for money is an objective of this tender – However please note that the Cluster is not obliged to accept the lowest price and the contract award will be in line with the marking matrix published within the tender specification where an overall focus will be given to food quality and innovation of the catering offer as well the management support.

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: £4,476,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://litmustms.co.uk/respond/78Z7S4ZY79


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

Restricted procedure

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

26 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 March 2021

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-St-Austell:-School-catering-services./6UTMB2946K

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/6UTMB2946K

GO Reference: GO-2021126-PRO-17697795

six.4) Procedures for review

six.4.1) Review body

Celtic Cross Education

Unit 15 Victoria Trading Estate, Victoria Business Park, Roche

St Austell

PL26 8LX

Country

United Kingdom