Opportunity

Cornwall cluster 10 ~ Catering Tender

  • Cornwall Cluster 10
  • Gerrans School
  • Tregony Community Primary School
  • Gorran School
  • Pensilva Primary School

F02: Contract notice

Notice reference: 2023/S 000-002591

Published 27 January 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Cornwall Cluster 10

Penpol Primary School, 2 St George’s Road

Hayle

TR27 4AH

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.penpolschool.co.uk/

one.1) Name and addresses

Gerrans School

Tregassick Road, Gerrans

Truro

TR2 5ED

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.theroselandmat.co.uk/our-schools/

one.1) Name and addresses

Tregony Community Primary School

Back Lane, Tregony

Truro

TR2 5RP

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.theroselandmat.co.uk/our-schools/

one.1) Name and addresses

Gorran School

Gorran

St Austell

PL26 6LH

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://gorranschool.co.uk/

one.1) Name and addresses

Pensilva Primary School

School Road, Pensilva

Liskeard

PL14 5PG

Email

tenders@litmuspartnerhhip.co.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.pensilva.cornwall.sch.uk/web

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://litmustms.co.uk/

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 10 ~ Catering 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 10. This is a Lotted, collaborative tender project for the following Schools across Cornwall:

Please note that bidders will be required to submit a separate SQ response for each of the lots they are interested in on LTMS portal. The SQ access links for each lot can be found below.

Lot 1 The Roseland Multi Academy Trust

Gerrans School

Tregassick Road, Gerrans, Truro, TR2 5ED

Tregony Community Primary School

Back Lane, Tregony, Truro, TR2 5RP

Lot 1 SQ link:

https://litmustms.co.uk/respond/SME6AYZC78

Lot 2 Gorran School

Gorran, St Austell, PL26 6LH

Lot 2 SQ link:

https://litmustms.co.uk/respond/29FE78CYZU

Lot 3 Penpol Primary School

2 St George’s Road, Hayle, TR27 4AH

Lot 3 SQ link:

https://litmustms.co.uk/respond/95658W6BK8

Lot 4 Pensilva Primary School

School Road, Pensilva, Liskeard, PL14 5PG

Lot 4 SQ link:

https://litmustms.co.uk/respond/D686JMTA42

two.1.5) Estimated total value

Value excluding VAT: £896,000

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

Lot 1 The Roseland Multi Academy Trust

Lot No

1

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

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 01 September 2023, with the potential to extend for a further two 12-month periods. 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, with an expected profit share of any betterment to the agreed budget.

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 currently outsourced and 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.The provision of a healthy, balanced menu that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.

2.An innovative and flexible menu that is in keeping with current food trends. Offering frequent themed menus and initiatives that support the curriculum and various school led activities, ensuring the food offer remains varied and enticing to its customers.

3.Experienced and proactive contract management to promote good levels of communication and engagement with each School, as well as provide forthcoming management information regarding the financial and operational performance of the catering provision.

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

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

6.Total transparency with accounts that are clear and easy to understand.

7.The development of an economically and environmentally sustainable service.

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.

See SQ Document for further information.

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: £360,000

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

Start date

1 September 2023

End date

31 August 2028

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

Lot 1link:

https://litmustms.co.uk/respond/SME6AYZC78

two.2) Description

two.2.1) Title

Lot 2 Gorran School

Lot No

2

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

See SQ Document for further information.

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: £181,000

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

Start date

1 September 2023

End date

31 August 2028

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

Lot 2 link:

https://litmustms.co.uk/respond/29FE78CYZU

two.2) Description

two.2.1) Title

Lot 3 Penpol Primary School

Lot No

3

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

See SQ Document for further information.

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: £205,000

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

Start date

1 September 2023

End date

31 August 2028

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

Lot 3 link:

https://litmustms.co.uk/respond/95658W6BK8

two.2) Description

two.2.1) Title

Lot 4 Pensilva Primary School

Lot No

4

two.2.2) Additional CPV code(s)

  • 55524000 - School catering services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

See SQ Document for further information.

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: £150,000

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

Start date

1 September 2023

End date

31 August 2028

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

Lot 4 link:

https://litmustms.co.uk/respond/D686JMTA42


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

27 February 2023

Local time

12:00pm

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

20 March 2023

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.

To view this notice, please click here:

https://litmustms.co.uk/delta/viewNotice.html?noticeId=754459371" target="_blank">https://litmustms.co.uk/delta/viewNotice.html?noticeId=754459371

GO Reference: GO-2023127-PRO-21992360

six.4) Procedures for review

six.4.1) Review body

Cornwall Cluster 10

Cornwall

Country

United Kingdom