UK-Wolverhampton: School catering services.

UK-Wolverhampton: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Services for Schools Ltd (S4S)
Waterloo House, 4 Waterloo Road, Wolverhampton, WV1 4BL, 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/tenders/UK-UK-Wolverhampton:-School-catering-services./85YRQ7VX62
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 8 ~ Catering Tender
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: This tender process is a collaborative project, undertaken by The Litmus Partnership Ltd on behalf of Services4Schools (S4S). S4S are conducting a Lotted tender process for eight Schools, known as Cluster 8.
II.1.5) Estimated total value:
Value excluding VAT: 3,614,000
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: To respond to these opportunities please click here:

Lot 1 ~ https://litmustms.co.uk/respond/85YRQ7VX62

Lot 2 ~ https://litmustms.co.uk/respond/8S8BN2Y56Y

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

II.2.1) Title: S4S ~ Cluster 8 ~ 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 the Schools within S4S Cluster 8. This is a Lotted tender project for the following Schools and Trust in Wolverhampton:

Lot 1

Bantock Primary School, Aston Street, Wolverhampton, WV3 0HY
Lanesfield Primary School, Newman Avenue, Wolverhampton, WV4 6BZ
Merridale Primary School, Aspen Way, Wolverhampton WV3 0UP
Oak Meadow Primary School, Ryan Avenue, Wolverhampton, WV11 2QQ
Uplands Junior School, Finchfield Road East, Wolverhampton, WV3 8BA

It is expected that any bidding contractor will submit for all eight Schools as one contract, however, the Trust reserve the right to award their contract separately from the other five Schools, if necessary.

The contract covers the scope for the provision of all catering services within the schools, which is inclusive of all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2022 and concluding on 31 August 2025, with the potential to then extend for a further period of two years. 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.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have, or need to develop, a strong operational base within the West Midlands, 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 contract term.

TUPE is expected to apply. It is possible that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wishes to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.
2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.
3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by all students.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.Total transparency with accounts that are clear and easy to understand.

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 with the tender specification.
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: 1,834,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2027
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: https://litmustms.co.uk/respond/85YRQ7VX62
II.2) Description Lot No. 2

II.2.1) Title: S4S ~ Cluster 8 ~ 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 the Schools within S4S Cluster 8. This is a Lotted tender project for the following Schools and Trust in Wolverhampton:

Lot 2

St Martin’s Multi Academy Trust, comprising:
St Martin’s CE Primary Academy, Wallace Road, Wolverhampton, WV14 8BS
Field View Primary Academy, Lonsdale Road, Wolverhampton, WV14 7AE
Grove Primary Academy, Caledonia Road, Wolverhampton, WV2 1JA

It is expected that any bidding contractor will submit for all eight Schools as one contract, however, the Trust reserve the right to award their contract separately from the other five Schools, if necessary.

The contract covers the scope for the provision of all catering services within the schools, which is inclusive of all hospitality and free issue requirements.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2022 and concluding on 31 August 2025, with the potential to then extend for a further period of two years. 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.

The Cluster is seeking a suitably experienced contractor who is able to evidence working with multiple Schools with varying requirements. The successful contractor will already have, or need to develop, a strong operational base within the West Midlands, 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 contract term.

TUPE is expected to apply. It is possible that a number of employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.

Within all schools, the Cluster wishes to offer good wholesome healthy eating options within the menus which should be based on the use of fresh ingredients and bakery products sourced through a local supply chain.

The Cluster also wishes to achieve as a result of this tender process;

1.Experienced and insightful contract management to promote good levels of communication and engagement with each School and Trusts.
2.Well-trained catering teams at each school, with a focus by the successful contractor on both craft training and customer service.
3.The provision of a healthy balanced menu that meets nutritional guidelines and is enjoyed by all students.
4.An effective marketing campaign that is suitable and appropriate for each school that should be promoted effectively to both pupils and parents alike.
5.Total transparency with accounts that are clear and easy to understand.

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 with the tender specification.
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: 1,780,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2027
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: https://litmustms.co.uk/respond/8S8BN2Y56Y


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: 22/10/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/12/2021
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.

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./85YRQ7VX62

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/85YRQ7VX62
VI.4) Procedures for review
VI.4.1) Review body:
Services for Schools Ltd (S4S)
Waterloo House, 4 Waterloo Road, Wolverhampton, WV1 4BL, United Kingdom
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: 16/09/2021

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
Bantock Primary School
Aston Street, Wolverhampton, WV3 0HY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.bantockprimaryschool.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:
2: Contracting Authority
Lanesfield Primary School
Newman Avenue, Wolverhampton, WV4 6BZ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.lanesfieldprimary.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:
3: Contracting Authority
Merridale Primary School
Aspen Way, Wolverhampton, WV3 0UP, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.merridaleprimary.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:
4: Contracting Authority
Oak Meadow Primary School
Ryan Avenue, Wolverhampton, WV11 2QQ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.oakmeadowschool.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:
5: Contracting Authority
Uplands Junior School
Finchfield Road East, Wolverhampton, WV3 8BA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.uplandsjuniorschool.org.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:
6: Contracting Authority
St Martin’s Multi Academy Trust
Wallace Road, Bradley, Wolverhampton, WV14 8BS, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://smartmat.org.uk/
NUTS Code: UKG39