Section one: Contracting authority
one.1) Name and addresses
Castlecroft Primary School
Windmill Crescent, Castlecroft
Wolverhampton
WV3 8HS
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.castlecroftprimaryschool.co.uk/
one.1) Name and addresses
Holy Trinity Roman Catholic Primary School
Fraser Street, Bilston
Wolverhampton
WV14 7PD
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.holytrinityprimaryschool.co.uk/
one.1) Name and addresses
Bushbury Hill Primary School
Old Fallings Lane
Wolverhampton
WV10 8BY
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.bushburyhillprimary.co.uk/
one.1) Name and addresses
St Paul's C of E Primary School
Emsworth Crescent, Pendeford
Wolverhampton
WV9 5NR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.stpaulscofeprimaryschool.co.uk/
one.1) Name and addresses
Graiseley Primary School
Pool Street, Graiseley Hill
Wolverhampton
WV2 4NE
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
https://www.graiseleyprimaryschool.co.uk/
one.1) Name and addresses
Wodensfield Primary School
Woden Avenue, Wednesfield
Wolverhampton
WV11 1PW
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
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/8J3E2P5927
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 11 ~ Catering Tender
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 six Schools, known as Cluster 11.
two.1.5) Estimated total value
Value excluding VAT: £2,244,269
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
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 April 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.
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: £445,248
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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/8J3E2P5927
two.2) Description
two.2.1) Title
Holy Trinity Roman Catholic Primary School
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
Please see SQ Document
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: £434,433
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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 bid for this Lot please use the following link - https://litmustms.co.uk/respond/G8CF3U55SB
two.2) Description
two.2.1) Title
Bushbury Hill Primary School
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
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: £526,367
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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 bid for this Lot please use the following link - https://litmustms.co.uk/respond/G2W25ETG4M
two.2) Description
two.2.1) Title
St Paul's C of E Primary School
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
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: £425,420
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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 bid for this Lot, please use the following link - https://litmustms.co.uk/respond/9VSQ4YRQ29
two.2) Description
two.2.1) Title
Graiseley Primary School
Lot No
5
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
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: £412,801
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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 bid for this Lot, please use the following link - https://litmustms.co.uk/respond/23C8KC9D3A
two.2) Description
two.2.1) Title
Wodensfield Primary School
Lot No
6
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
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: £412,801
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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 bid for this Lot, please use the following link - https://litmustms.co.uk/respond/3XUX89293C
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
23 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 October 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./8J3E2P5927
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/8J3E2P5927
GO Reference: GO-2024715-PRO-26890293
six.4) Procedures for review
six.4.1) Review body
Castlecroft Primary School
Windmill Crescent, Castlecroft
Wolverhampton
WV3 8HS
Country
United Kingdom