Section one: Contracting authority
one.1) Name and addresses
SHINE Academies
Collingwood Road, Bushbury
Wolverhampton
WV10 8DS
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.shineacademies.co.uk/
one.1) Name and addresses
Busill Jones Primary School
Ashley Road, Bloxwich
Walsall
WS3 2QF
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.busilljonesprimary.co.uk/
one.1) Name and addresses
Lodge Farm Primary School
Furzebank Way
Willenhall
WV12 4BU
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.lodgefarmprimary.co.uk/
one.1) Name and addresses
Northwood Park Primary School
Collingwood Road
Wolverhampton
WV10 8DS
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.northwoodparkprimary.co.uk/
one.1) Name and addresses
Villiers Primary School
Proud’s Lane, Bilston
Wolverhampton
WV14 6PR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.villiersprimaryschool.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/E553475CPY
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
SHINE Academies ~ Catering Tender
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
The SHINE Academies comprises of five primary schools, one to be confirmed, the Trust is located in Wolverhampton and the schools are in the West Midlands catchment.
two.1.5) Estimated total value
Value excluding VAT: £2,148,355
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
The SHINE Academies comprises of five primary schools, one to be confirmed, the Trust is located in Wolverhampton and the schools are in the West Midlands catchment. The schools are: -
•Busill Jones Primary School, Ashley Road, Bloxwich, WS3 2QF
•Lodge Farm Primary School, Furzebank Way, Willenhall, WV12 4BU
•Northwood Park Primary School, Collingwood Road, Wolverhampton, WV10 8DS
•Villiers Primary School, Proud’s Lane, Bilston, Wolverhampton, WV14 6PR
•TBC, In the final stages of joining the trust, further information to come.
Mission statement - https://www.shineacademies.co.uk/mission-statement
Please note that the kitchens at Busill Jones Primary School produce and supply the meals on a daily basis to another school outside the Trust, however, this will not continue a part of the new arrangement so there is no requirement to factor in additional costs.
All bidders will be required to put forward capital investment into the kitchens to maintain and repair the expected service levels within your tender, Villers Primary School a dishwasher, combi oven will require replacing, Northwood Park, fridge and freezer will require replacing, Lodge Farm Primary hot counter, dishwasher and combi oven need some attention, and finally Busill Jones Primary, dishwasher, oven and fridge need repairing.
The contract covers the scope for the provision of all catering services within the school, which also includes all hospitality and free issue requirements. The contract awarded will be on a guaranteed performance basis, SHINE Academies are looking for a successful contractor focused on a primary solution both in food execution, delivery and overall commitment to young people.
The duration of the contract being offered is three years commencing on 1st of September 2024 and concluding on 31st of August 2027, with the potential for an extension of up to a further two years on the same terms and conditions without the right to further extend.
Total income by school
School Annual Costs
Busill Jones Primary School £58,683
Lodge Farm Primary School £98,788
Northwood Park Primary School £126,881
Villiers Primary School, £145,319
TBC TBC
TOTAL Contract Costs £429,671
The recharge of all UFSM’s and FSM’s is to be based on net food cost only and charged monthly in arrears based on uptake numbers.
The Client wishes for the successful contractor to be able to offer a consistently high standard of food across all schools during the course of this contract term demonstrating innovation, a passion for food and flair.
Within all schools the Trust 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.
Working with the local community is something that the Trust strives to do at all times and to this end we would like to ensure that all your fresh produce is sourced from local suppliers {within a 40-mile radius of the Trust}: details should be included within your submission. Providence of supply is important, and all ingredients should be of ‘prime quality’ The Trust also wises to achieve as a result of this tender process.
Please see SQ Document for more information.
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: £2,148,355
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2024
End date
31 July 2029
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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/E553475CPY
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
8 March 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2024
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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./E553475CPY" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Wolverhampton:-School-catering-services./E553475CPY
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E553475CPY" target="_blank">https://litmustms.co.uk/respond/E553475CPY
GO Reference: GO-202422-PRO-25103708
six.4) Procedures for review
six.4.1) Review body
SHINE Academies
Collingwood Road, Bushbury
Wolverhampton
WV10 8DS
Country
United Kingdom