Section one: Contracting authority
one.1) Name and addresses
Fallings Park Primary School
Old Fallings Lane, Low Hill
Wolverhampton
WV10 8BN
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.fallingspark.org.uk
one.1) Name and addresses
West Park Primary School
Devon Road, Whitmore Reans
Wolverhampton
WV1 4BE
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.westparkprimaryschool.co.uk
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/B73H3C7Q4E
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
S4S Cluster 9 ~ Catering
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender process is a collaborative project, undertaken by The Litmus Partnership Ltd on behalf of Services4Schools (S4S). S4S are conducting a tender process for two Schools, known as Cluster 9.
The successful Supplier will be required to provide catering services for the following two Schools within S4S Cluster 9: Fallings Park Primary School WV10 8BN, West Park Primary School WV1 4BE.
two.1.5) Estimated total value
Value excluding VAT: £2,234,980
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG39 - Wolverhampton
Main site or place of performance
Wolverhampton
two.2.4) Description of the procurement
This tender process is a collaborative project, undertaken by The Litmus Partnership Ltd on behalf of Services4Schools (S4S). S4S are conducting a tender process for two Schools, known as Cluster 9.
The successful Supplier will be required to provide catering services for the following two Schools within S4S Cluster 9:
1.Fallings Park Primary School, Old Fallings Lane, Low Hill, Wolverhampton, WV10 8BN
https://www.fallingspark.org.uk/
2.West Park Primary School, Devon Road, Whitmore Reans. Wolverhampton, WV1 4BE
https://www.westparkprimaryschool.co.uk/
The contract covers the scope for the provision of all catering services within the Schools, which is inclusive of all hospitality and free issue requirements.
The duration of the contract being offered is for an initial three-year period commencing on 01 September 2023 and concluding on 31 August 2026, with the potential to then 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, with an expected profit share of any betterment to the agreed budget.
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 the West Midlands, 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 contractual term.
The services are currently outsourced and TUPE is expected to apply. It is possible 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.
The Cluster also wishes to achieve as a result of this tender process;
1.The provision of a healthy, balanced menu that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Offering frequent themed menus and initiatives that support the curriculum and various school led activities, ensuring the food offer remains varied and enticing to its customers.
3.Experienced and proactive contract management to promote good levels of communication and engagement with each School, as well as provide forthcoming management information regarding the financial and operational performance of the catering provision.
4.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.
5.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
6.Total transparency with accounts that are clear and easy to understand.
7.The development of an economically and environmentally sustainable service.
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.
See SQ document for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,234,980
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2023
End date
31 August 2028
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Wolverhampton:-School-catering-services./B73H3C7Q4E" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Wolverhampton:-School-catering-services./B73H3C7Q4E
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/B73H3C7Q4E" target="_blank">https://litmustms.co.uk/respond/B73H3C7Q4E
GO Reference: GO-202322-PRO-22030360
six.4) Procedures for review
six.4.1) Review body
Fallings Park Primary School
Wolverhampton
Country
United Kingdom