- 1. Wolverhampton Cluster ~ Catering Tender
- 2. Bantock Primary School
- 3. Merridale Primary School
- 4. Fallings Park Primary School
- 5. Dovecotes Primary School
- 6. St Nicholas CE First School
- 7. Birches First School
- 8. Codsall Middle School
- 9. St Martin’s Primary School
- 10. Field View Primary School
- 11. Grove Primary School
- 12. West Park Primary School
Section one: Contracting authority
one.1) Name and addresses
Wolverhampton Cluster ~ Catering Tender
Bantock Primary School, Aston Street, Pennfields
Wolverhampton
WV3 0HY
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.bantockprimaryschool.co.uk/
one.1) Name and addresses
Bantock Primary School
Aston Street, Pennfields
Wolverhampton
WV3 0HY
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.bantockprimaryschool.co.uk/
one.1) Name and addresses
Merridale Primary School
Aspen Way
Wolverhampton
WV3 0UP
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.merridaleprimary.co.uk/
one.1) Name and addresses
Fallings Park Primary School
Old Fallings Lane, Low Hill
Wolverhampton
WV10 8BN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.fallingspark.org.uk/
one.1) Name and addresses
Dovecotes Primary School
Ryefield, Dovecotes Estate, Pendeford
Wolverhampton
WV8 1TX
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.dovecotesprimary.co.uk/
one.1) Name and addresses
St Nicholas CE First School
Belvide Gardens, Chillington Drive, Codsall
Wolverhampton
WV8 1AN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://st-nicholas.staffs.sch.uk/
one.1) Name and addresses
Birches First School
Birches Avenue, Codsall
Wolverhampton
WV8 2JG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
http://www.birches.staffs.sch.uk/
one.1) Name and addresses
Codsall Middle School
Wolverhampton Road, Codsall
Wolverhampton
WV8 1PB
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.codsallmiddleschool.com/
one.1) Name and addresses
St Martin’s Primary School
Wallace Road, Bradley
Bilston
WV14 8BS
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://stmartinsprimary.org.uk/
one.1) Name and addresses
Field View Primary School
Lonsdale Road
Bilston
WV14 7AE
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://fieldviewprimary.org.uk/
one.1) Name and addresses
Grove Primary School
Caledonia Road
Wolverhampton
WV2 1HZ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
one.1) Name and addresses
West Park Primary School
Devon Road, Whitmore Reans
Wolverhampton
WV1 4B
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/WZ7QAW7928
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
Wolverhampton Cluster ~ 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 successful Supplier will be required to provide catering services for the following Schools within the Wolverhampton Cluster.
two.1.5) Estimated total value
Value excluding VAT: £31,012,514
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
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 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 01 September 2025, 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, with an expected profit share of any betterment to the agreed budget.
The Cluster are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools of varying needs with the West Midlands. The successful contractor will already have or need to develop a strong operational base within the vicinity, 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 across the Schools are currently outsourced, and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
The Cluster 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.Frequent parental engagement through the use of newsletters, websites, social media platforms (where applicable) and, most importantly, through direct involvement at parents’ evenings and open evenings.
4.Financial certainty and an understanding of the ongoing trading performance through the proactive provision of monthly trading data to support invoice charges, promoting an open book policy.
It is expected that experienced and insightful contract management will promote good levels of communication and engagement across the Schools. A suitable marketing campaign to the students, staff and parents alike is imperative to promote the uptake of meals.
This enhanced service should be supported by a well-trained catering team at the school, with a focus by the successful contractor on both craft training and customer service.
There needs to be total transparency with accounts that are clear and easy to understand. The monthly invoice should be supported by a breakdown of the contract’s financial performance against budget. The contract offered will be on a guaranteed performance basis, with a proposed profit share of any betterment to that budget.
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. At the end of this tender process, the Cluster will have the option to award their individual Lots, either full or in part, to the successful supplier(s).
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: £31,012,570
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
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/3XZ97JVWG8
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
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 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 01 September 2025, 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, with an expected profit share of any betterment to the agreed budget.
The Cluster are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools of varying needs with the West Midlands. The successful contractor will already have or need to develop a strong operational base within the vicinity, 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 across the Schools are currently outsourced, and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
The Cluster 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.Frequent parental engagement through the use of newsletters, websites, social media platforms (where applicable) and, most importantly, through direct involvement at parents’ evenings and open evenings.
4.Financial certainty and an understanding of the ongoing trading performance through the proactive provision of monthly trading data to support invoice charges, promoting an open book policy.
It is expected that experienced and insightful contract management will promote good levels of communication and engagement across the Schools. A suitable marketing campaign to the students, staff and parents alike is imperative to promote the uptake of meals.
This enhanced service should be supported by a well-trained catering team at the school, with a focus by the successful contractor on both craft training and customer service.
There needs to be total transparency with accounts that are clear and easy to understand. The monthly invoice should be supported by a breakdown of the contract’s financial performance against budget. The contract offered will be on a guaranteed performance basis, with a proposed profit share of any betterment to that budget.
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. At the end of this tender process, the Cluster will have the option to award their individual Lots, either full or in part, to the successful supplier(s).
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: £31,012,570
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
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) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
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 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 01 September 2025, 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, with an expected profit share of any betterment to the agreed budget.
The Cluster are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools of varying needs with the West Midlands. The successful contractor will already have or need to develop a strong operational base within the vicinity, 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 across the Schools are currently outsourced, and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
The Cluster 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.Frequent parental engagement through the use of newsletters, websites, social media platforms (where applicable) and, most importantly, through direct involvement at parents’ evenings and open evenings.
4.Financial certainty and an understanding of the ongoing trading performance through the proactive provision of monthly trading data to support invoice charges, promoting an open book policy.
It is expected that experienced and insightful contract management will promote good levels of communication and engagement across the Schools. A suitable marketing campaign to the students, staff and parents alike is imperative to promote the uptake of meals.
This enhanced service should be supported by a well-trained catering team at the school, with a focus by the successful contractor on both craft training and customer service.
There needs to be total transparency with accounts that are clear and easy to understand. The monthly invoice should be supported by a breakdown of the contract’s financial performance against budget. The contract offered will be on a guaranteed performance basis, with a proposed profit share of any betterment to that budget.
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. At the end of this tender process, the Cluster will have the option to award their individual Lots, either full or in part, to the successful supplier(s).
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: £31,012,570
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
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) Description
two.2.1) Title
Lot No
4
two.2.2) Additional CPV code(s)
- 55524000 - School catering services
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 Cluster are seeking a suitably experienced, education catering contractor who is able to evidence working within Primary Schools of varying needs with the West Midlands. The successful contractor will already have or need to develop a strong operational base within the vicinity, 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 across the Schools are currently outsourced, and TUPE is expected to apply. It is anticipated that a number of the current employees are members of the Local Government Pension Scheme (LGPS) and, in this instance, the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
The Cluster 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.Frequent parental engagement through the use of newsletters, websites, social media platforms (where applicable) and, most importantly, through direct involvement at parents’ evenings and open evenings.
4.Financial certainty and an understanding of the ongoing trading performance through the proactive provision of monthly trading data to support invoice charges, promoting an open book policy.
It is expected that experienced and insightful contract management will promote good levels of communication and engagement across the Schools. A suitable marketing campaign to the students, staff and parents alike is imperative to promote the uptake of meals.
This enhanced service should be supported by a well-trained catering team at the school, with a focus by the successful contractor on both craft training and customer service.
There needs to be total transparency with accounts that are clear and easy to understand. The monthly invoice should be supported by a breakdown of the contract’s financial performance against budget. The contract offered will be on a guaranteed performance basis, with a proposed profit share of any betterment to that budget.
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. At the end of this tender process, the Cluster will have the option to award their individual Lots, either full or in part, to the successful supplier(s).
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: £31,012,570
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
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
14 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 April 2025
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./3XZ97JVWG8
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/3XZ97JVWG8
GO Reference: GO-2025210-PRO-29369813
six.4) Procedures for review
six.4.1) Review body
Wolverhampton Cluster ~ Catering Tender
Bantock Primary School, Aston Street, Pennfields
Wolverhampton
WV3 0HY
Country
United Kingdom