Skip to main content.

The Litmus Partnership: Birmingham Primary Cluster ~ Catering Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Birmingham Primary Cluster ~ Catering Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide catering services for: LOT 1: St Mary’s CofE Primary Academy, Birmingham LOT 2:St Thomas CofE Primary Academy, Birmingham St Johns & St Peters CofE Academy, Birmingham LOT 3: St Laurence Church Junior school, Birmingham 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 January 2025, 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. The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget. Please note, as a Lotted tender, each Lot has the option to award their contract individually. However, it is the intention of the Cluster to maximise on economies of scale gained by a collaborative procurement venture and awarding to a single contractor, or minimal contractors. The total annual contract value is £453,000. The Cluster is seeking a suitably experienced, education catering contractor who is able to evidence working with multiple Schools with varying requirements and Multi Academy Trust. Furthermore, it will be beneficial that the successful contractor has experience (and suitable capacity) to mobile multiple Schools successfully, in a short period of time. As a result, the successful contractor will already have or need to develop a strong operational base within Birmingham, 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. The services are currently outsourced and TUPE is expected to apply. It is anticipated 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.The provision of a healthy, balanced foodservice that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements. 2.An innovative and flexible menu that is in keeping with current food trends. Please note, each School must be able to tailor their menu to ensure maximum uptake at their School, thus aiding the financial performance of the account. 3.Offering frequent themed menus, both company-driven and bespoke to the Schools’ calendars, as well as added value initiatives that support the curriculum. 4.Experienced and proactive contract management to promote good levels of communication and engagement with each Schools will be imperative. 5.Total transparency with accounts that are clear and easy to understand as well as forthcoming management information regarding the financial and operational performance of the catering provision. 6.Well-trained catering teams at each School, with a focus by the successful contractor on both craft training and customer service. 7.An effective marketing campaign that is suitable and appropriate for each School that should be promoted effectively to both pupils and parents alike. 8.The development of an economically and environmentally sustainable service. See SQ Document for further information.
Published: 28/06/2024 11:14
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Birmingham: School catering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Birmingham Primary Cluster
             St Mary’s CofE Primary Academy, Hamstead Road, Handsworth, Birmingham, B20 2RW, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.stmaryshandsworth.co.uk/
             NUTS Code: UKG31
      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/EK2WPQ53MK
      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: Birmingham Primary Cluster ~ 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:
LOT 1: St Mary’s CofE Primary Academy, Birmingham

LOT 2:St Thomas CofE Primary Academy, Birmingham
St Johns & St Peters CofE Academy, Birmingham

LOT 3: St Laurence Church Junior school, Birmingham

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 January 2025, 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.
The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.
Please note, as a Lotted tender, each Lot has the option to award their contract individually. However, it is the intention of the Cluster to maximise on economies of scale gained by a collaborative procurement venture and awarding to a single contractor, or minimal contractors. The total annual contract value is £453,000.
The Cluster is seeking a suitably experienced, education catering contractor who is able to evidence working with multiple Schools with varying requirements and Multi Academy Trust. Furthermore, it will be beneficial that the successful contractor has experience (and suitable capacity) to mobile multiple Schools successfully, in a short period of time. As a result, the successful contractor will already have or need to develop a strong operational base within Birmingham, 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.

The services are currently outsourced and TUPE is expected to apply. It is anticipated 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.The provision of a healthy, balanced foodservice that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Please note, each School must be able to tailor their menu to ensure maximum uptake at their School, thus aiding the financial performance of the account.
3.Offering frequent themed menus, both company-driven and bespoke to the Schools’ calendars, as well as added value initiatives that support the curriculum.
4.Experienced and proactive contract management to promote good levels of communication and engagement with each Schools will be imperative.
5.Total transparency with accounts that are clear and easy to understand as well as forthcoming management information regarding the financial and operational performance of the catering provision.
6.Well-trained catering teams at each School, with a focus by the successful contractor on both craft training and customer service.
7.An effective marketing campaign that is suitable and appropriate for each School that should be promoted effectively to both pupils and parents alike.
8.The development of an economically and environmentally sustainable service.

See SQ Document for further information.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,265,000       
      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: Birmingham Primary Cluster ~ Catering Tender Lot 1       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for:
LOT 1: St Mary’s CofE Primary Academy, Birmingham

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 January 2025, 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.
The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.
Please note, as a Lotted tender, each Lot has the option to award their contract individually. However, it is the intention of the Cluster to maximise on economies of scale gained by a collaborative procurement venture and awarding to a single contractor, or minimal contractors. The total annual contract value is £453,000.
The Cluster is seeking a suitably experienced, education catering contractor who is able to evidence working with multiple Schools with varying requirements and Multi Academy Trust. Furthermore, it will be beneficial that the successful contractor has experience (and suitable capacity) to mobile multiple Schools successfully, in a short period of time. As a result, the successful contractor will already have or need to develop a strong operational base within Birmingham, 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.
The services are currently outsourced and TUPE is expected to apply. It is anticipated 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.The provision of a healthy, balanced foodservice that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Please note, each School must be able to tailor their menu to ensure maximum uptake at their School, thus aiding the financial performance of the account.
3.Offering frequent themed menus, both company-driven and bespoke to the Schools’ calendars, as well as added value initiatives that support the curriculum.
4.Experienced and proactive contract management to promote good levels of communication and engagement with each Schools will be imperative.
5.Total transparency with accounts that are clear and easy to understand as well as forthcoming management information regarding the financial and operational performance of the catering provision.
6.Well-trained catering teams at each School, with a focus by the successful contractor on both craft training and customer service.
7.An effective marketing campaign that is suitable and appropriate for each School that should be promoted effectively to both pupils and parents alike.
8.The development of an economically and environmentally sustainable service.


*PLEASE NOTE THAT YOU WILL NEED TO SUBMIT A BID FOR EACH LOT OF INTEREST*
      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: 2,265,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2025 / End: 31/12/2029       
      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: *PLEASE NOTE THAT YOU WILL NEED TO SUBMIT A BID FOR EACH LOT OF INTEREST*       
II.2) Description Lot No. 2
      
      II.2.1) Title: Birmingham Primary Cluster ~ Catering Tender Lot 2       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for:

LOT 2:St Thomas CofE Primary Academy, Birmingham
St Johns & St Peters CofE Academy, Birmingham

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 January 2025, 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.
The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.
Please note, as a Lotted tender, each Lot has the option to award their contract individually. However, it is the intention of the Cluster to maximise on economies of scale gained by a collaborative procurement venture and awarding to a single contractor, or minimal contractors. The total annual contract value is £453,000.
The Cluster is seeking a suitably experienced, education catering contractor who is able to evidence working with multiple Schools with varying requirements and Multi Academy Trust. Furthermore, it will be beneficial that the successful contractor has experience (and suitable capacity) to mobile multiple Schools successfully, in a short period of time. As a result, the successful contractor will already have or need to develop a strong operational base within Birmingham, 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.
The services are currently outsourced and TUPE is expected to apply. It is anticipated 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.The provision of a healthy, balanced foodservice that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Please note, each School must be able to tailor their menu to ensure maximum uptake at their School, thus aiding the financial performance of the account.
3.Offering frequent themed menus, both company-driven and bespoke to the Schools’ calendars, as well as added value initiatives that support the curriculum.
4.Experienced and proactive contract management to promote good levels of communication and engagement with each Schools will be imperative.
5.Total transparency with accounts that are clear and easy to understand as well as forthcoming management information regarding the financial and operational performance of the catering provision.
6.Well-trained catering teams at each School, with a focus by the successful contractor on both craft training and customer service.
7.An effective marketing campaign that is suitable and appropriate for each School that should be promoted effectively to both pupils and parents alike.
8.The development of an economically and environmentally sustainable service.

*PLEASE NOTE THAT YOU WILL NEED TO SUBMIT A BID FOR EACH LOT OF INTEREST*
      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: 2,265,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2025 / End: 31/12/2029       
      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: *PLEASE NOTE THAT YOU WILL NEED TO SUBMIT A BID FOR EACH LOT OF INTEREST*       
II.2) Description Lot No. 3
      
      II.2.1) Title: Birmingham Primary Cluster ~ Catering Tender Lot 3       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      55524000 - School catering services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide catering services for:

LOT 3: St Laurence Church Junior school, Birmingham

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 January 2025, 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.
The contract being offered within this tender will be on a guaranteed performance basis, with an expected profit share of any betterment to the agreed budget.
Please note, as a Lotted tender, each Lot has the option to award their contract individually. However, it is the intention of the Cluster to maximise on economies of scale gained by a collaborative procurement venture and awarding to a single contractor, or minimal contractors. The total annual contract value is £453,000.
The Cluster is seeking a suitably experienced, education catering contractor who is able to evidence working with multiple Schools with varying requirements and Multi Academy Trust. Furthermore, it will be beneficial that the successful contractor has experience (and suitable capacity) to mobile multiple Schools successfully, in a short period of time. As a result, the successful contractor will already have or need to develop a strong operational base within Birmingham, 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.
The services are currently outsourced and TUPE is expected to apply. It is anticipated 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.The provision of a healthy, balanced foodservice that meets nutritional guidelines and is enjoyed by all users of the service. This menu should be inclusive of those with special dietary requirements.
2.An innovative and flexible menu that is in keeping with current food trends. Please note, each School must be able to tailor their menu to ensure maximum uptake at their School, thus aiding the financial performance of the account.
3.Offering frequent themed menus, both company-driven and bespoke to the Schools’ calendars, as well as added value initiatives that support the curriculum.
4.Experienced and proactive contract management to promote good levels of communication and engagement with each Schools will be imperative.
5.Total transparency with accounts that are clear and easy to understand as well as forthcoming management information regarding the financial and operational performance of the catering provision.
6.Well-trained catering teams at each School, with a focus by the successful contractor on both craft training and customer service.
7.An effective marketing campaign that is suitable and appropriate for each School that should be promoted effectively to both pupils and parents alike.
8.The development of an economically and environmentally sustainable service.

*PLEASE NOTE THAT YOU WILL NEED TO SUBMIT A BID FOR EACH LOT OF INTEREST*
      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: 2,265,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2025 / End: 31/12/2029       
      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: *PLEASE NOTE THAT YOU WILL NEED TO SUBMIT A BID FOR EACH LOT OF INTEREST*       


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: 02/08/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/09/2024       
      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-Birmingham:-School-catering-services./825KU2QF5B

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/825KU2QF5B
   VI.4) Procedures for review
   VI.4.1) Review body:
             Birmingham Primary Cluster
       St Mary’s CofE Primary Academy, Hamstead Road, Handsworth, Birmingham, B20 2RW, 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: 28/06/2024

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
       St Mary’s CofE Primary Academy
       Hamstead Road, Handsworth, Birmingham, B20 2RW, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.stmaryshandsworth.co.uk/
       NUTS Code: UKG31

   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
       St Laurence Church Junior school
       Bunbury Road, Birmingham, B31 2DJ, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.stlaurencechurchjuniorschool.co.uk/
       NUTS Code: UKG31

   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 Thomas CofE Primary Academy
       Great Colmore Street, Birmingham, B15 2AT, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.stthomasceacademy.school/
       NUTS Code: UKG31

   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 Johns & St Peters CofE Academy
       St Vincent Street West, Birmingham, B16 8RN, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.stjohnsandstpeters.school/
       NUTS Code: UKG31

View any Notice Addenda

View Award Notice