Skip to main content.

The Litmus Partnership: Cornwall Cluster ~ Catering Services Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cornwall Cluster ~ Catering Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier/s will be required to provide catering services at the following schools: •Treviglas Academy •Penrice Academy •Poltair School •Mount Charles School •Carclaze Community Primary School •St Mewan Community Primary School •Lostwithiel Primary School (‘mother kitchen’ to Lanlivery) •Luxulyan School •Mevagissey Community Primary School •Lanlivery Primary school The contract/s covers the scope for the provision of all school catering services, which also includes free issue requirements. Contract value over the group of schools is circa £750k per year.
Published: 17/12/2019 17:07
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Truro: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Roseland Multi Academy Trust
             Tregony, Truro, TR2 5SE, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: http://www.theroselandmat.co.uk/
             NUTS Code: UKK30
      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://www.delta-esourcing.com/tenders/UK-UK-Truro:-School-catering-services./85B83K339C
      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 ~ Catering Services 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/s will be required to provide catering services at the following schools:
•Treviglas Academy
•Penrice Academy
•Poltair School
•Mount Charles School
•Carclaze Community Primary School
•St Mewan Community Primary School
•Lostwithiel Primary School (‘mother kitchen’ to Lanlivery)
•Luxulyan School
•Mevagissey Community Primary School
•Lanlivery Primary school
The contract/s covers the scope for the provision of all school catering services, which also includes free issue requirements.
Contract value over the group of schools is circa £750k per year.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      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: Treviglas Academy       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKK30 Cornwall and Isles of Scilly
      
      II.2.4) Description of procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2020 / End: 31/08/2025       
      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://litmustms.co.uk/respond/Z3265RE4JC       
II.2) Description Lot No. 2
      
      II.2.1) Title: Cornwall Education Learning Trust       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKK30 Cornwall and Isles of Scilly
      
      II.2.4) Description of procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2020 / End: 31/08/2025       
      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://litmustms.co.uk/respond/A3C8PN5M3T       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lanlivery Primary Academy       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKK30 Cornwall and Isles of Scilly
      
      II.2.4) Description of procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2020 / End: 31/08/2025       
      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: Not provided       


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: 17/01/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/02/2020       
      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 theclosing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of thiscontract 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 forthis contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation ofthe variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, butshall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores morehighly. 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://www.delta-esourcing.com/tenders/UK-UK-Truro:-School-catering-services./85B83K339C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/85B83K339C
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cornwall Cluster Schools
       Cornwall, 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: 17/12/2019

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
       Cornwall Education Learning Trust
       St Austell Business Park, St Austell, PL25 4FD, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://celtrust.org/
       NUTS Code: UKK30

   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
       Lanlivery Primary Academy
       Lanlivery, Bodmin, PL30 5BT, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.lanliveryprimary.co.uk/
       NUTS Code: UKK30

View any Notice Addenda

Cornwall Cluster ~ Catering Services Tender

UK-Truro: School catering services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       The Roseland Multi Academy Trust
       Tregony, Truro, TR2 5SE, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: http://www.theroselandmat.co.uk/
       NUTS Code: UKK30

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Cornwall Cluster ~ Catering Services 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/s will be required to provide catering services at the following schools:
•Treviglas Academy
•Penrice Academy
•Poltair School
•Mount Charles School
•Carclaze Community Primary School
•St Mewan Community Primary School
•Lostwithiel Primary School (‘mother kitchen’ to Lanlivery)
•Luxulyan School
•Mevagissey Community Primary School
•Lanlivery Primary school
The contract/s covers the scope for the provision of all school catering services, which also includes free issue requirements.
Contract value over the group of schools is circa £750k per year.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 20/12/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 233527   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 17/12/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: I.3)          
         Lot No: Not provided          
         Place of text to be modified: I.3) Communication          
         Instead of: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Truro:-School-catering-services./85B83K339C          
         Read: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.14)          
         Lot No: 1          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Z3265RE4JC          
         Read: To respond to this opportunity please click here: https://litmustms.co.uk/respond/85B83K339C
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2.14          
         Lot No: 3          
         Place of text to be modified: II.2.14          
         Instead of: [Empty field]          
         Read: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Z3265RE4JC
                                    
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Truro:-School-catering-services./Z3265RE4JC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z3265RE4JC


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          Cornwall Education Learning Trust
          St Austell Business Park, St Austell, PL25 4FD, United Kingdom
          Email: tenders@litmuspartnership.co.uk
          Main Address: https://celtrust.org/
          NUTS Code: UKK30

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      2. Contracting Authority/Entity:
          Lanlivery Primary Academy
          Lanlivery, Bodmin, PL30 5BT, United Kingdom
          Email: tenders@litmuspartnership.co.uk
          Main Address: https://www.lanliveryprimary.co.uk/
          NUTS Code: UKK30

View Award Notice

UK-Truro: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Roseland Multi Academy Trust
       Tregony, Truro, TR2 5SE, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: http://www.theroselandmat.co.uk/
       NUTS Code: UKK30

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Cornwall Cluster ~ Catering Services 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/s will be required to provide catering services at the following schools:
•Treviglas Academy
•Penrice Academy
•Poltair School
•Mount Charles School
•Carclaze Community Primary School
•St Mewan Community Primary School
•Lostwithiel Primary School (‘mother kitchen’ to Lanlivery)
•Luxulyan School
•Mevagissey Community Primary School
•Lanlivery Primary school
The contract/s covers the scope for the provision of all school catering services, which also includes free issue requirements.
Contract value over the group of schools is circa £750k per year.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,750,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Treviglas Academy   
      Lot No:1

      II.2.2) Additional CPV code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKK30 - Cornwall and Isles of Scilly
   
      Main site or place of performance:
      Cornwall and Isles of Scilly
             

      II.2.4) Description of the procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Z3265RE4JC

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Cornwall Education Learning Trust   
      Lot No:2

      II.2.2) Additional CPV code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKK30 - Cornwall and Isles of Scilly
   
      Main site or place of performance:
      Cornwall and Isles of Scilly
             

      II.2.4) Description of the procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://litmustms.co.uk/respond/A3C8PN5M3T

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lanlivery Primary Academy   
      Lot No:3

      II.2.2) Additional CPV code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKK30 - Cornwall and Isles of Scilly
   
      Main site or place of performance:
      Cornwall and Isles of Scilly
             

      II.2.4) Description of the procurement: See also II.1.4) Short description

The tender will be managed on a group basis; however, each school will be required to have their individual operational budget and contract and may wish to appoint the Supplier they would like for their particular school. As the contract will not therefore necessarily be awarded on a group basis, Suppliers will have the option to show additional financial benefits on a separate upload if one or more schools were to be awarded to one Supplier.
Regarding the labour establishments across the Cluster, there are a number of staff that are currently in the Local Government Pension Scheme, and staff that can join if they so wish. One type of contract is included within the ITT where all staff will transfer to the successful Supplier/s; therefore, the successful Supplier/s will have to apply for Admitted Body Status and pay all setup associated costs. An actuary report will be provided as part of the TUPE information, but it is not guaranteed that the successful Supplier/s will not need to obtain another actuary report as part of the ABS process ~ the cost of any additional actuary report/s will need to be covered by the successful Supplier/s, as stated above. After the ten-day standstill period, Suppliers MUST contact Calvin Matthews via email (cmatthews@cornwall.gov.uk) so that the ABS agreement can proceed. Please ensure that the pension contribution rates and information from the actuary reports are used when in the submission of labour costs.
Please note, the successful Supplier/s will pay a proportion of the consultancy fee on award of each of this contract, which will be to the value of £750.00 plus VAT per primary school and £1,500.00 plus VAT per secondary school.
The contract/s will be awarded for three years with a possible extension of two years by mutual consent and on the same terms and conditions as the original contract/s.
Please note a selection of schools will be visited over three days on 11, 12 and 13 February 2020.
Suppliers are to arrive at the relevant school’s reception 15 minutes prior to mid-morning break. Suppliers will leave site after mid-morning break and return 10 minutes prior to lunch service.
Please note that no further unit site visits will be held after these dates.
Each Suppliers’ site visit attendees will need to be notified to Ruth Lile in respect of all dates by 20 January 2020.
Suppliers’ sales and operations teams should be made fully aware of this requirement for them to have time to plan resources for these visits to be undertaken.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 246-606210
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Cornwall Cluster ~ Catering Services Tender Lot No. 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Compass Contract Services (UK) Ltd, 02114954
             Parklands Court, 24 Parklands, Rubery, Birmingham, B45 9PZ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 341,567.46
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Cornwall Cluster ~ Catering Services Tender Lot No. 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Compass Contract Services (UK) Ltd, 02114954
             Parklands Court, 24 Parklands, Rubery, Birmingham, B45 9PZ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,305,749.26
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Cornwall Cluster ~ Catering Services Tender Lot No. 3

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Compass Contract Services Ltd, 02114954
             Parklands Court, 24 Parklands, Rubery, Birmingham, B45 9PZ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 30,332.85
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=516114936

   VI.4) Procedures for review

      VI.4.1) Review body
          Cornwall Cluster Schools
          Cornwall, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 13/08/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Cornwall Education Learning Trust
       St Austell Business Park, St Austell, PL25 4FD, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://celtrust.org/
       NUTS Code: UKK30
   
   2: Contracting Authority
       Lanlivery Primary Academy
       Lanlivery, Bodmin, PL30 5BT, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.lanliveryprimary.co.uk/
       NUTS Code: UKK30