UK-Cornwall: School catering services.

UK-Cornwall: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Bishop Cornish CofE VA Primary school
Lynher Drive, Saltash, Cornwall, PL12 4PA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.bishop-cornish.cornwall.sch.uk/web
NUTS Code: UKK3
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cornwall Cluster 9 ~ Catering Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.

II.1.3) Type of contract: SERVICES
II.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
II.1.5) Estimated total value:
Value excluding VAT: 1,680,470
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Bishop Cornish CofE VA Primary School
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 305,480
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2027
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/F89DXB2D84
II.2) Description Lot No. 2

II.2.1) Title: The Federation of Boscastle & Port Isaac Community Primary Schools
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 152,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2027
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D8WD23STAC
II.2) Description Lot No. 3

II.2.1) Title: Stithians Community Primary School
Lot No: 3
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 208,556
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2027
This contract is subject to renewal: No
Description of renewals: Not provided
II.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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/57W63872F4
II.2) Description Lot No. 4

II.2.1) Title: Treleigh Community Primary School
Lot No: 4
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 215,928
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2022 / End: 31/07/2027
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/552E77869H
II.2) Description Lot No. 5

II.2.1) Title: Penryn College
Lot No: 5
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 798,506
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2027
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/89689JX35S


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/12/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/02/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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
VI.4) Procedures for review
VI.4.1) Review body:
Bishop Cornish CofE VA Primary School
Lynher Drive, Saltash, Cornwall, PL12 4PA, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/11/2021

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Boscastle Community Primary School
Fore Street, Boscastle, Cornwall, PL35 0AU, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.boscastle.cornwall.sch.uk/home
NUTS Code: UKK3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Port Isaac Community Primary Schools
Mayfield Road, Port Isaac, Truro, Cornwall, TR3 4AY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://portisaacschool.co.uk/
NUTS Code: UKK3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Stithians Community Primary School
Church Street, Stithians, Truro, Cornwall, TR3 7DH, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stithians.cornwall.sch.uk/
NUTS Code: UKK3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Treleigh Community Primary School
Treleigh, Redruth, Cornwall, TR16 4AY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.treleigh.cornwall.sch.uk/
NUTS Code: UKK3

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Penryn College
Kernick Road, Penryn, Cornwall, TR10 8PZ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://penryn-college.cornwall.sch.uk/
NUTS Code: UKK3