Section one: Contracting authority
one.1) Name and addresses
Bishop Cornish CofE VA Primary school
Lynher Drive, Saltash
Cornwall
PL12 4PA
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.bishop-cornish.cornwall.sch.uk/web
one.1) Name and addresses
Boscastle Community Primary School
Fore Street, Boscastle
Cornwall
PL35 0AU
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
https://www.boscastle.cornwall.sch.uk/home
one.1) Name and addresses
Port Isaac Community Primary Schools
Mayfield Road, Port Isaac, Truro
Cornwall
TR3 4AY
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
https://portisaacschool.co.uk/
one.1) Name and addresses
Stithians Community Primary School
Church Street, Stithians, Truro
Cornwall
TR3 7DH
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
https://www.stithians.cornwall.sch.uk/
one.1) Name and addresses
Treleigh Community Primary School
Treleigh, Redruth
Cornwall
TR16 4AY
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
https://www.treleigh.cornwall.sch.uk/
one.1) Name and addresses
Penryn College
Kernick Road, Penryn
Cornwall
TR10 8PZ
tenders@litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
https://penryn-college.cornwall.sch.uk/
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 9 ~ 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 9. This is a Lotted, collaborative tender project for the following Schools across Cornwall:
Lot 1 ~ Bishop Cornish CofE VA Primary School
Lot 2 ~ The Federation of Boscastle & Port Isaac Community Primary Schools
Lot 3 ~ Stithians Community Primary School
Lot 4 ~ Treleigh Community Primary School
Lot 5 ~ Penryn College
two.1.5) Estimated total value
Value excluding VAT: £1,680,470
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
Bishop Cornish CofE VA Primary School
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
You have the option to bid for some or all Lots but you must specify which Lots you would like to bid.
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 August 2021 for Stithians CP School, Treleigh CP School and Bishop Cornish CofE VA Primary School and 1 September 2022 for Penryn College and The Federation of Boscastle & Port Isaac Schools. Each Lot will conclude after 36 months from the commencement date, 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.
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.
Port Isaac CP School currently receives a delivered service from a School outside of this tender process and therefore the successful contractor will be required to successfully mobilise this service from a suitably local and logistical production kitchen. Furthermore, while there is a functional kitchen onsite at Boscastle CP School, the Federation would like to further the possibility of introducing a delivered service to this School, also. This would aid with cost saving and the need to refurbish the kitchen. Part of the Invitation To Tender (ITT), will offer the ability to understand your proposals or viability to provide a delivered service to the Federation.
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, as well as the students and parents to promote the uptake of meals.
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 all users of the service.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.There needs to be total transparency with accounts that are clear and easy to understand.
6.Due to the ongoing supply issues, use of the abundant, local supply chain within Cornwall is imperative.
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: £305,480
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2027
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://www.delta-esourcing.com/respond/F89DXB2D84
two.2) Description
two.2.1) Title
The Federation of Boscastle & Port Isaac Community Primary Schools
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
You have the option to bid for some or all Lots but you must specify which Lots you would like to bid.
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 August 2021 for Stithians CP School, Treleigh CP School and Bishop Cornish CofE VA Primary School and 1 September 2022 for Penryn College and The Federation of Boscastle & Port Isaac Schools. Each Lot will conclude after 36 months from the commencement date, 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.
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.
Port Isaac CP School currently receives a delivered service from a School outside of this tender process and therefore the successful contractor will be required to successfully mobilise this service from a suitably local and logistical production kitchen. Furthermore, while there is a functional kitchen onsite at Boscastle CP School, the Federation would like to further the possibility of introducing a delivered service to this School, also.
This would aid with cost saving and the need to refurbish the kitchen. Part of the Invitation To Tender (ITT), will offer the ability to understand your proposals or viability to provide a delivered service to the Federation.
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, as well as the students and parents to promote the uptake of meals.
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 all users of the service.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.There needs to be total transparency with accounts that are clear and easy to understand.
6.Due to the ongoing supply issues, use of the abundant, local supply chain within Cornwall is imperative.
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: £152,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2027
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://www.delta-esourcing.com/respond/D8WD23STAC
two.2) Description
two.2.1) Title
Stithians Community Primary School
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
You have the option to bid for some or all Lots but you must specify which Lots you would like to bid.
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 August 2021 for Stithians CP School, Treleigh CP School and Bishop Cornish CofE VA Primary School and 1 September 2022 for Penryn College and The Federation of Boscastle & Port Isaac Schools. Each Lot will conclude after 36 months from the commencement date, 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.
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.
Port Isaac CP School currently receives a delivered service from a School outside of this tender process and therefore the successful contractor will be required to successfully mobilise this service from a suitably local and logistical production kitchen. Furthermore, while there is a functional kitchen onsite at Boscastle CP School, the Federation would like to further the possibility of introducing a delivered service to this School, also. This would aid with cost saving and the need to refurbish the kitchen. Part of the Invitation To Tender (ITT), will offer the ability to understand your proposals or viability to provide a delivered service to the Federation.
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, as well as the students and parents to promote the uptake of meals.
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 all users of the service.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.There needs to be total transparency with accounts that are clear and easy to understand.
6.Due to the ongoing supply issues, use of the abundant, local supply chain within Cornwall is imperative.
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: £208,556
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2027
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
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://www.delta-esourcing.com/respond/57W63872F4
two.2) Description
two.2.1) Title
Treleigh Community Primary School
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
You have the option to bid for some or all Lots but you must specify which Lots you would like to bid.
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 August 2021 for Stithians CP School, Treleigh CP School and Bishop Cornish CofE VA Primary School and 1 September 2022 for Penryn College and The Federation of Boscastle & Port Isaac Schools. Each Lot will conclude after 36 months from the commencement date, 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.
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.
Port Isaac CP School currently receives a delivered service from a School outside of this tender process and therefore the successful contractor will be required to successfully mobilise this service from a suitably local and logistical production kitchen. Furthermore, while there is a functional kitchen onsite at Boscastle CP School, the Federation would like to further the possibility of introducing a delivered service to this School, also. This would aid with cost saving and the need to refurbish the kitchen. Part of the Invitation To Tender (ITT), will offer the ability to understand your proposals or viability to provide a delivered service to the Federation.
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, as well as the students and parents to promote the uptake of meals.
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 all users of the service.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.There needs to be total transparency with accounts that are clear and easy to understand.
6.Due to the ongoing supply issues, use of the abundant, local supply chain within Cornwall is imperative.
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: £215,928
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2027
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://www.delta-esourcing.com/respond/552E77869H
two.2) Description
two.2.1) Title
Penryn College
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
You have the option to bid for some or all Lots but you must specify which Lots you would like to bid.
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 August 2021 for Stithians CP School, Treleigh CP School and Bishop Cornish CofE VA Primary School and 1 September 2022 for Penryn College and The Federation of Boscastle & Port Isaac Schools. Each Lot will conclude after 36 months from the commencement date, 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.
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.
Port Isaac CP School currently receives a delivered service from a School outside of this tender process and therefore the successful contractor will be required to successfully mobilise this service from a suitably local and logistical production kitchen. Furthermore, while there is a functional kitchen onsite at Boscastle CP School, the Federation would like to further the possibility of introducing a delivered service to this School, also. This would aid with cost saving and the need to refurbish the kitchen. Part of the Invitation To Tender (ITT), will offer the ability to understand your proposals or viability to provide a delivered service to the Federation.
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, as well as the students and parents to promote the uptake of meals.
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 all users of the service.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.There needs to be total transparency with accounts that are clear and easy to understand.
6.Due to the ongoing supply issues, use of the abundant, local supply chain within Cornwall is imperative.
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: £798,506
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2027
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://www.delta-esourcing.com/respond/89689JX35S
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
24 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 February 2022
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=643189223
GO Reference: GO-20211115-PRO-19234706
six.4) Procedures for review
six.4.1) Review body
Bishop Cornish CofE VA Primary School
Lynher Drive, Saltash
Cornwall
PL12 4PA
Country
United Kingdom