Section one: Contracting authority
one.1) Name and addresses
S4S Cluster 10
Lower Street, Tettenhall, Wolverhampton
West Midlands
WV6 9AF
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.stmichaelscofeprimary.co.uk/
one.1) Name and addresses
St Michael’s C of E (Aided) Primary School
Lower Street, Tettenhall
Wolverhampton
WV6 9AF
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.stmichaelscofeprimary.co.uk/
one.1) Name and addresses
Rakegate Primary School
Rakegate Close
Wolverhampton
WV10 6US
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.rakegateprimary.co.uk/
one.1) Name and addresses
Stow Heath Primary School
Hill Road, Portobello
Willenhall
WV13 3TT
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.stowheathprimaryschool.co.uk/
one.1) Name and addresses
Maidensbridge Primary School
Beachcroft Road, Wall Heath
Kingswinford
DY6 0HX
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
http://www.maidens.dudley.sch.uk/
one.1) Name and addresses
Brockmoor Primary School
Belle Isle
Brockmoor
DY5 3UZ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.brockmoor.dudley.sch.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/Y269K8527R
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 10 ~ 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 five Schools, known as Cluster 10.
Please submit your bid for BOTH Lots using the below links:
Lot 1: https://litmustms.co.uk/respond/Y269K8527R
Lot 2: https://litmustms.co.uk/respond/HYPXP3D956
two.1.5) Estimated total value
Value excluding VAT: £3,223,094
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
- UKG3 - West Midlands
Main site or place of performance
West Midlands
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 five Schools, known as Cluster 10.
The successful Supplier will be required to provide catering services for the following Schools within S4S Cluster 10; these will be split in to two Lots based upon their geographical locations:
Lot 1 ~ Wolverhampton
1.St Michael’s C of E (Aided) Primary School https://www.stmichaelscofeprimary.co.uk/
Lower Street, Tettenhall, Wolverhampton, West Midlands, WV6 9AF
2.Rakegate Primary School https://www.rakegateprimary.co.uk/
Rakegate Close, Wolvehampton, WV10 6US
3.Stow Heath Primary School https://www.stowheathprimaryschool.co.uk/
Hill Road, Portobello, Willenhall, WV13 3TT
Contract amount for this Lot: £ 2,033,361
Lot 2 ~ Dudley
1.Maidensbridge Primary School http://www.maidens.dudley.sch.uk/
Beachcroft Road, Wall Heath, Kingswinford, West Midlands, DY6 0HX
2.Brockmoor Primary School https://www.brockmoor.dudley.sch.uk/
Belle Isle, Brockmoor, DY5 3UZ
Contract amount for this Lot: £1,189,733
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 2024, 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.
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: £3,223,094
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
Lot 1: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Y269K8527R
Lot 2: To respond to this opportunity please click here: https://litmustms.co.uk/respond/HYPXP3D956
All submissions need to include both Lots to be accepted.
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
- UKG3 - West Midlands
Main site or place of performance
West Midlands
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 five Schools, known as Cluster 10.
The successful Supplier will be required to provide catering services for the following Schools within S4S Cluster 10; these will be split in to two Lots based upon their geographical locations:
Lot 1 ~ Wolverhampton
1.St Michael’s C of E (Aided) Primary School https://www.stmichaelscofeprimary.co.uk/
Lower Street, Tettenhall, Wolverhampton, West Midlands, WV6 9AF
2.Rakegate Primary School https://www.rakegateprimary.co.uk/
Rakegate Close, Wolvehampton, WV10 6US
3.Stow Heath Primary School https://www.stowheathprimaryschool.co.uk/
Hill Road, Portobello, Willenhall, WV13 3TT
Contract amount for this Lot: £ 2,033,361
Lot 2 ~ Dudley
1.Maidensbridge Primary School http://www.maidens.dudley.sch.uk/
Beachcroft Road, Wall Heath, Kingswinford, West Midlands, DY6 0HX
2.Brockmoor Primary School https://www.brockmoor.dudley.sch.uk/
Belle Isle, Brockmoor, DY5 3UZ
Contract amount for this Lot: £1,189,733
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 2024, 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.
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: £1,189,733
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
Lot 1: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Y269K8527R
Lot 2: To respond to this opportunity please click here: https://litmustms.co.uk/respond/HYPXP3D956
All submissions need to include both Lots to be accepted.
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
1 September 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 October 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.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-West-Midlands:-School-catering-services./Y269K8527R" target="_blank">https://litmustms.co.uk/tenders/UK-UK-West-Midlands:-School-catering-services./Y269K8527R
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Y269K8527R" target="_blank">https://litmustms.co.uk/respond/Y269K8527R
GO Reference: GO-2023727-PRO-23508254
six.4) Procedures for review
six.4.1) Review body
S4S Cluster 10
Lower Street, Tettenhall
Wolverhampton
WV6 9AF
Country
United Kingdom