Section one: Contracting authority
one.1) Name and addresses
Trinity School
Strand Road, Carlisle
Cumbria
CA1 1JB
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKD1 - Cumbria
Internet address(es)
Main address
https://trinity.cumbria.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/K7FY7P6ZAE
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
Trinity School ~ 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: Trinity School, Strand Road, Carlisle, Cumbria.
two.1.5) Estimated total value
Value excluding VAT: £3,185,810
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Cumbria
two.2.4) Description of the procurement
The successful Supplier will be required to provide catering services for:
Trinity School, Strand Road, Carlisle, Cumbria, CA1 1JB
Contract value = £637,162 p.a.
The contract will be for a three year term with the option to extend for a further two years.
Extract from Headteachers welcome:
Welcome to Trinity School. We think that what you will see is a vibrant and thriving community, with a strong sense of common purpose and a consistent focus on high standards.
Although we are a large school, which allows us to offer a wide range of courses and activities, we try to behave as if we were a very small one, with a ‘village’ feel and a big emphasis on the unique importance of each individual.
We make no apology for our focus on high standards as we want the best for every one of our students: we insist on high standards in approach to learning and in behaviour. We work to offer a high standard of education and of pastoral care. We encourage responsibility, both for self and for others. Each student is encouraged to take responsibility for their own learning, and to be responsible in the way they treat others, both in school and in the world beyond school. Responsibility and care for others reflects the Christian ethos of our school.
We also seek to provide wide ranging opportunities both within the curriculum we offer and in activities beyond the curriculum so that we educate the whole person and prepare our students well for life.
While the school is distinctively Christian and rooted in Anglican identity, this is not expressed to the exclusion of those of other faiths or no faith.
Trinity is a Good school with a positive Ofsted recent report with 1694 pupils of which 347 are sixth form pupils.
The school has a main dining room, year 11 dining room and separate sixth form block with a sixth form café where breakfast, break and lunch are served. There is also a supplementary break time service served from the hall.
The catering service at Trinity has been contracted out for a long time. The school is keen to maintain a high standard of food and service and is always looking for continuous improvement and new ideas from its catering provider. The catering facilities are quite modern but the school is always open to new ideas to further improve the service.
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: £3,185,810
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
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
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
7 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 March 2025
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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-Cumbria:-School-catering-services./K7FY7P6ZAE
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/K7FY7P6ZAE
GO Reference: GO-2025130-PRO-29263022
six.4) Procedures for review
six.4.1) Review body
Trinity School
Strand Road, Carlisle
Cumbria
CA1 1JB
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom