Notice Information
Notice Title
Cranmer Education Trust Framework Catering Tender 2025/26
Notice 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).
Lot Information
Lot 1
Renewal: Option to extend the contract for a further 1 + 1 years so a maximum of 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d7b1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/069979-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
55 - Hotel, restaurant and retail trade services
-
- CPV Codes
55524000 - School catering services
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Oct 20252 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Aug 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RPJ3 GROUP
- Contact Name
- Neil Mayers
- Contact Email
- neil@rpj3group.co.uk
- Contact Phone
- +447810874152
Buyer Location
- Locality
- WIRRAL
- Postcode
- CH46 3SA
- Post Town
- Chester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD74 Wirral
- Delivery Location
- TLD3 Greater Manchester
-
- Local Authority
- Wirral
- Electoral Ward
- Leasowe and Moreton East
- Westminster Constituency
- Wallasey
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/069979-2025
31st October 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05d7b1-2025-10-31T10:32:40Z",
"date": "2025-10-31T10:32:40Z",
"ocid": "ocds-h6vhtk-05d7b1",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PRYY-6263-NQHG",
"name": "RPJ3 Group",
"identifier": {
"scheme": "GB-PPON",
"id": "PRYY-6263-NQHG"
},
"address": {
"streetAddress": "Leasowe Lodge",
"locality": "Wirral",
"postalCode": "CH46 3SA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD74"
},
"contactPoint": {
"name": "Neil Mayers",
"email": "neil@rpj3group.co.uk",
"telephone": "+447810874152"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PRYY-6263-NQHG",
"name": "RPJ3 Group"
},
"planning": {
"noEngagementNoticeRationale": "Time constraints of the procurement process and to ensure a level playing field so no supplier has an unfair advantage or to distort competition."
},
"tender": {
"id": "ocds-h6vhtk-05d7b1",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Cranmer Education Trust Framework Catering Tender 2025/26",
"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).",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "55524000",
"description": "School catering services"
}
],
"deliveryAddresses": [
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "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."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"method": "withReopeningCompetition",
"periodRationale": "Option to extend the contract for a further 1 + 1 years so five years in total",
"type": "closed",
"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."
}
},
"submissionMethodDetails": "www.mytenders.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-11-25T12:00:00+00:00",
"awardPeriod": {
"endDate": "2026-04-15T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Financial",
"description": "6/7 financial schedules require completion, providing a fixed price annual cost",
"numbers": [
{
"number": 55,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Qualitative",
"description": "9 Qualitative schedules require responding to.",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 10
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per the PSQ document"
},
{
"type": "technical",
"description": "As per the PSQ document"
},
{
"description": "A Procurement Specific Questionnaire is completed by suppliers with the highest scoring suppliers being invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00",
"maxExtentDate": "2031-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the contract for a further 1 + 1 years so a maximum of 5 years."
}
}
],
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Full tender documents will be sent out electronically to the successful PSQ applicants"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "069979-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069979-2025",
"datePublished": "2025-10-31T10:32:40Z",
"format": "text/html"
}
]
},
"language": "en"
}