Tender

S4S Cluster 10 ~ Catering Tender

  • S4S Cluster 10
  • St Michael’s C of E (Aided) Primary School
  • Rakegate Primary School
  • Stow Heath Primary School
  • Maidensbridge Primary School
Show 1 more buyer Show fewer buyers
  • Brockmoor Primary School

F02: Contract notice

Notice identifier: 2023/S 000-021799

Procurement identifier (OCID): ocds-h6vhtk-03eacc

Published 27 July 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

S4S Cluster 10

Lower Street, Tettenhall, Wolverhampton

West Midlands

WV6 9AF

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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