Tender

Wolverhampton Cluster ~ Catering Tender

  • Wolverhampton Cluster ~ Catering Tender
  • Bantock Primary School
  • Merridale Primary School
  • Fallings Park Primary School
  • Dovecotes Primary School
Show 7 more buyers Show fewer buyers
  • St Nicholas CE First School
  • Birches First School
  • Codsall Middle School
  • St Martin’s Primary School
  • Field View Primary School
  • Grove Primary School
  • West Park Primary School

F02: Contract notice

Notice identifier: 2025/S 000-004412

Procurement identifier (OCID): ocds-h6vhtk-04dd62

Published 10 February 2025, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Wolverhampton Cluster ~ Catering Tender

Bantock Primary School, Aston Street, Pennfields

Wolverhampton

WV3 0HY

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

tenders@litmuspartnership.co.uk

Country

United Kingdom

Region code

UKG39 - Wolverhampton

Internet address(es)

Main address

https://groveprimary.org.uk/

one.1) Name and addresses

West Park Primary School

Devon Road, Whitmore Reans

Wolverhampton

WV1 4B

Email

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