Section one: Contracting authority
one.1) Name and addresses
Cornwall Cluster 10
Penpol Primary School, 2 St George’s Road
Hayle
TR27 4AH
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
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
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
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
one.1) Name and addresses
Pensilva Primary School
School Road, Pensilva
Liskeard
PL14 5PG
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
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:
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