Scope
Description
The Cranmer Education Trust are seeking to procure a number of providers for a multi-supplier framework for catering services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the Trust to source catering services for its schools.
There is initially 4 schools in this framework, however, other schools may call off later.
It should be noted that it is not mandatory for schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of contractors on the framework will be between 1 and 3
The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.
This framework process is targeted to have a catering contract in place to commence in September 2026 for the initial direct award schools. Please note that this process covers all catering services within the Trust schools with full tender costings and proposals for the schools for a contract start in in September 2026 for the initial direct award schools. These details will be further explained in the ITT documents. The process will be through a competitive flexible procedure commencing with a participation stage to create a select bidder list following analysis of a PSQ document (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of catering services and support required by the Trust. Labour resource/relief cover is very important. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP). Following the analysis of PSQ's the selected bidders will be invited to attend site surveys and tender briefing initially planned for early February 2026. Tender response deadline is planned as early March 2026 and it is envisaged that interviews will take place in mid April 2026. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).
Commercial tool
Establishes a framework
Total value (estimated)
- £4,000,000 excluding VAT
- £4,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2026 to 31 August 2029
- Possible extension to 31 August 2031
- 5 years
Description of possible extension:
Option to extend the contract for a further 1 + 1 years so a maximum of 5 years.
Main procurement category
Services
CPV classifications
- 55524000 - School catering services
Contract locations
- UKD3 - Greater Manchester
Framework
Maximum number of suppliers
3
Maximum percentage fee charged to suppliers
0%
Justification for framework term over 4 years
Option to extend the contract for a further 1 + 1 years so five years in total
Framework operation description
Framework suppliers are selected based on their financial and qualitative submissions and further interview/negotiation stage. Any new schools joining the contract will go through a mini tender with the framework bidders ensuring they join on no less favourable terms than the initial schools.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
As per the PSQ document
Technical ability conditions of participation
As per the PSQ document
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Submission type
Requests to participate
Deadline for requests to participate
25 November 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
5 to 10 suppliers
Selection criteria:
A Procurement Specific Questionnaire is completed by suppliers with the highest scoring suppliers being invited to tender.
Award decision date (estimated)
15 April 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Financial | 6/7 financial schedules require completion, providing a fixed price annual cost |
Cost | 55.00% |
| Qualitative | 9 Qualitative schedules require responding to. |
Quality | 45.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The competitive flexible procedure will commence with a participation stage whereby a PSQ will be completed by interested suppliers. This will be scored and successful suppliers will be invited to submit a full tender. The tender submissions will be analysed and scored and selected suppliers will be invited to final interview/presentation stage. The contracting Authority will then select the successful framework supplier/s and award the contract.
Justification for not publishing a preliminary market engagement notice
Time constraints of the procurement process and to ensure a level playing field so no supplier has an unfair advantage or to distort competition.
Documents
Documents to be provided after the tender notice
Full tender documents will be sent out electronically to the successful PSQ applicants
Contracting authority
RPJ3 Group
- Public Procurement Organisation Number: PRYY-6263-NQHG
Leasowe Lodge
Wirral
CH46 3SA
United Kingdom
Region: UKD74 - Wirral
Organisation type: Public authority - sub-central government