UK-Wolverhampton: School catering services.

UK-Wolverhampton: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Services for Schools Ltd (S4S)
Midlands Technology Centre, Broadlands, Bilston, Wolverhampton, WV10 6TA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.services4schools.org.uk/
NUTS Code: UKG39
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: S4S Cluster 7
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The successful Supplier(s) will be required to provide catering services at the 13 Schools, which have been split into 2 lots.
Services 4 Schools (S4S) Ltd have been commissioned by the school cluster Clients to coordinate this project to ensure “Best Value” is achieved in both financial and qualitative terms moving forwards into this contract term
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: S4S Cluster 7 ~ Lot 1
Lot No: 1
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKG39 Wolverhampton

II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for:

Manor Primary School.
East Park Academy. Primary
Hill Avenue Academy. Primary
St Thomas’CE Academy Primary
St Albans CE Academy. Primary
Foley Infant School
Brindley Heath Junior School Academy
Foxyards Primary Tipton
Hateley Heath Primary

Services 4 Schools (S4S) Ltd have been commissioned by the school cluster Clients to coordinate this project to ensure “Best Value” is achieved in both financial and qualitative terms moving forwards into this contract term.

For the avoidance of doubt TUPE Regulations including pension rights will apply to this contract where applicable.

The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the Clients on contract performance. It is imperative that an open book policy is offered to ensure that each School has total clarity on financial performance.
The Clients are seeking both innovation and the application of current food trends within the tender submissions and would expect as a result of this to be able to identify ‘Best Value’ and work in partnership with the chosen Supplier(s) going forward.

The Clients have set the following key objectives which should be focused upon throughout the tender process. They are:

•All children enjoy a healthy, well balanced meal at lunchtimes ensuring meals fully comply with school meal nutritional standards
•The service provision must be based on Best Value principles
•Wherever possible cost savings are to be made during the contract term
•To maximise the use of fresh food produce and minimise the use of convenience food products
•Meet the cultural needs of all pupils and staff
•The successful Supplier must fully understand and be able to deliver site specific requirements regarding the SEN schools
•Provide an appetising range of food for the children to choose from
•The successful Supplier must fully understand and implement safeguarding principles whilst carrying out the service provision

Specific objectives from each school will be included within the tender specification to ensure their individual needs are fully understood and catered for.
The contract term will be for an initial period of 3 years and will commence on 1 April 2021. A further 2-year extension will be considered by the Clients depending service deliverability of the successful Supplier during the initial term.

The basis of the contract will be fixed price during the contract term and if any improvements to financial surpluses are generated then the Supplier shall share these on an agreed percentage return. Free School Meals uptake and any ad hoc catering requirements will be invoiced on a monthly basis and detailed backup will be part of the accounting system.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2021 / End: 31/03/2026
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: http://litmustms.co.uk/respond/RYQV6UM278
II.2) Description Lot No. 2

II.2.1) Title: S4S Cluster 7 ~ Lot 2
Lot No: 2
II.2.2) Additional CPV codes:
55524000 - School catering services.

II.2.3) Place of performance:
UKG39 Wolverhampton

II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for:

Long Knowle Primary
Christ Church Junior
Christ Church Infants
Claregate Primary

Services 4 Schools (S4S) Ltd have been commissioned by the school cluster Clients to coordinate this project to ensure “Best Value” is achieved in both financial and qualitative terms moving forwards into this contract term.

For the avoidance of doubt TUPE Regulations including pension rights will apply to this contract where applicable.

The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the Clients on contract performance. It is imperative that an open book policy is offered to ensure that each School has total clarity on financial performance.
The Clients are seeking both innovation and the application of current food trends within the tender submissions and would expect as a result of this to be able to identify ‘Best Value’ and work in partnership with the chosen Supplier(s) going forward.

The Clients have set the following key objectives which should be focused upon throughout the tender process. They are:

•All children enjoy a healthy, well balanced meal at lunchtimes ensuring meals fully comply with school meal nutritional standards
•The service provision must be based on Best Value principles
•Wherever possible cost savings are to be made during the contract term
•To maximise the use of fresh food produce and minimise the use of convenience food products
•Meet the cultural needs of all pupils and staff
•The successful Supplier must fully understand and be able to deliver site specific requirements regarding the SEN schools
•Provide an appetising range of food for the children to choose from
•The successful Supplier must fully understand and implement safeguarding principles whilst carrying out the service provision

Specific objectives from each school will be included within the tender specification to ensure their individual needs are fully understood and catered for.
The contract term will be for an initial period of 3 years and will commence on 1 April 2021. A further 2-year extension will be considered by the Clients depending service deliverability of the successful Supplier during the initial term.

The basis of the contract will be fixed price during the contract term and if any improvements to financial surpluses are generated then the Supplier shall share these on an agreed percentage return. Free School Meals uptake and any ad hoc catering requirements will be invoiced on a monthly basis and detailed backup will be part of the accounting system.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2021 / End: 31/03/2026
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: http://litmustms.co.uk/respond/G2N9V5V52Z


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/08/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/09/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Wolverhampton:-School-catering-services./RYQV6UM278

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/RYQV6UM278
VI.4) Procedures for review
VI.4.1) Review body:
Services for Schools Ltd (S4S)
Midlands Technology Centre, Broadlands, Wolverhampton, WV10 6TA, United Kingdom
Email: tenders@litmuspartnership.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/07/2020

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
East Park Academy
Hollington Road, Wolverhampton, WV1 2DS, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.eastparkacademy.com/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Hill Avenue Academy
Hill Avenue, Lanesfield, Wolverhampton, WV4 6PY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hillavenueacademy.com/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
St Alban's CofE Academy
St Albans Close, Ashmore Park, Wednesfield, Wolverhampton, WV11 2PF, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stalbansceacademy.com/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
St Thomas’CE Academy
Mattox Road, Wednesfield, Wolverhampton, WV11 3TG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.stthomasceacademy.com/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Foley Infant School
Fairfield Drive, Kinver, Stourbridge, DY7 6EW, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: http://kpf.staffs.sch.uk/foley-infant-school/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Brindley Heath Junior Academy
Enville Road, Kinver, Stourbridge, DY7 6AA, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: http://kpf.staffs.sch.uk/brindley-heath-junior-school/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Foxyards Primary School
Foxyards Road, Tipton, DY4 8BH, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: http://foxyards.dudley.sch.uk/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
Hateley Heath Primary School
Huntingdon Road, West Bromwich, B71 2RP, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://hateleyheath.com/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
Manor Primary School
Ettingshall Road, Coseley, Bilston, WV14 9UQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.manorprimary.com/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
Christ Church CofE Junior School
Woodcote Road, Tettenhall Wood, Wolverhampton, WV6 8LG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.christchurchfederation.co.uk/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
11: Contracting Authority
Claregate Primary School
Chester Avenue, Tettenhall, Wolverhampton, WV6 9JU, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.claregateprimaryschool.co.uk/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
12: Contracting Authority
Christ Church Infant School
Shaw Lane, Tettenhall Wood, Wolverhampton, WV6 8EL, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.christchurchfederation.co.uk/
NUTS Code: UKG39

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
13: Contracting Authority
Long Knowle Primary School
Blackwood Avenue, Wednesfield, Wolverhampton, WV11 1EB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.longknowleprimary.co.uk/
NUTS Code: UKG39