UK-West Midlands: School catering services.
UK-West Midlands: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Langley School
Kineton Green Road, Olton, Solihull, West Midlands, B92 7ER, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.langley.solihull.sch.uk/
NUTS Code: UKG3
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/respond/7754X35446
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: Collaborative Education Trust ~ 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: The successful Supplier will be required to provide catering services for the four schools within The Collaborative Education Trust. The Trust consists of one Secondary and three primary schools in and around the Solihull area.
II.1.5) Estimated total value:
Value excluding VAT: 3,267,500
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG3 West Midlands
II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for the four schools within The Collaborative Education Trust. The Trust consists of one Secondary and three primary schools in and around the Solihull area.
The four schools are Langley School, Oak Cottage Primary School, Coleshill Heath School, Haslucks Green Junior School. The collective vision in forming the Collaborative Education Trust is to create a family of schools who are connected by a shared belief in working in a diverse and inclusive system with a shared desire to work in partnership in the best interests of all children that attend.
The annual value of the contract in total is approximately £653,500.00
Coleshill Heath School:
The total value of the contract is approximately £142,000.00.
The total number of children on roll is approximately 472 which includes pupils from reception through to year 6 as well as 89 staff members. With nursery pupils included there are currently 549 children in all.
The school was newly built and opened in September 2015. Located in Chelmsley Wood, in an area of high deprivation the Free School Meal entitlement percentage is particularly high at 56%.
The school is committed to providing a safe, positive and successful learning environment for every child, every day. The school values are central to their ethos and learning at Coleshill Heath School. They are lived every day of school life by everyone in the school. The values are KINDNESS, CONFIDENCE, HONESTY and COURAGE.
The school most recently had an Ofsted visit in July 2021 and was rated as Good.
Haslucks Green Junior School:
The total value of the contract is approximately £103,000.00
The total number of pupils on roll is 238 with 38 staff members employed on site.
Haslucks Green School is a junior school for pupils from year 3 to year 6. The school is located in Shirley, opposite Shirley Park and Parkgate. Approximately 17% of pupils are entitled to a Free School Meal and as well as the lunch offering a mid-morning break provision is available.
The school ethos is that every child matters and the visions and values include Happiness, Aspiration, Selflessness, Love, Understanding, Cooperation, Kindness, Self-Esteem, Global awareness, Respect, Enjoyment, Empathy and Never giving up.
The school most recently had an Ofsted visit in July 2024 and was rated as Good.
Langley School:
The total value of the contract is approximately £340,500.00
The total number of pupils on roll is 1,050 with 146 staff members employed on site.
The school is a South Solihull secondary school based in Olton, on the border with Acocks Green. The school is positioned in a diverse community, serving both affluent and disadvantaged families along with a high number of children with SEND.
Approximately 23% of pupils are eligible for a Free School Meal.
The schools vision and values are to expect everyone at Langley to be “READY, RESPECTFUL and SAFE” and it encourages everyone to embody the school motto “TO BE THE BEST WE CAN BE”.
The most recent Ofsted visit was rated as Good.
Oak Cottage Primary School:
The total value of the contract is approximately £68,000.00
The total number of pupils on roll is 240 which includes 30 nursery children.
The Primary school is based in south Solihull and has diverse range of children from different backgrounds on roll. The current Free School Meal entitlement is at 4.3%.
As a small school, they have a family atmosphere and focus on good relationships. Healthy food and responsible eating are important to the school as well as being eco aware, with focus on reducing food waste.
The most recent Ofsted report can be found at https://www.oak-cottage.solihull.sch.uk/ofsted-report/
Please see SQ Document for more information.
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: 3,267,500
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2025 / End: 31/07/2030
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/7754X35446
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: 21/03/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/04/2025
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-West-Midlands:-School-catering-services./7754X35446
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/7754X35446
VI.4) Procedures for review
VI.4.1) Review body:
Langley School
Kineton Green Road, Olton, Solihull, West Midlands, B92 7ER, United Kingdom
Tel. +44 1276673880, 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: 11/02/2025
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
Coleshill Heath School
Lime Grove, Chelmsley Wood, Birmingham, B37 7PY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://chs.solihull.sch.uk/
NUTS Code: UKG3
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
Haslucks Green Junior School
Haslucks Green Road, Shirley, Solihull, B90 2EJ, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.haslucks-green.solihull.sch.uk/
NUTS Code: UKG3
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
Oak Cottage Primary School
Greswolde Road, Solihull, B91 1DY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.oak-cottage.solihull.sch.uk/
NUTS Code: UKG3