Skip to main content.

The Litmus Partnership: S4S Cluster 7

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

Notice Summary
Title: S4S Cluster 7
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
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
Published: 17/07/2020 12:31
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-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

View any Notice Addenda

View Award Notice

UK-Wolverhampton: School catering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:S4S Cluster 7 ~ Lot 1   
      Lot No:1

      II.2.2) Additional CPV code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKG39 - Wolverhampton
   
      Main site or place of performance:
      Wolverhampton
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 code(s):
            55524000 - School catering services.


      II.2.3) Place of performance
      Nuts code:
      UKG39 - Wolverhampton
   
      Main site or place of performance:
      Wolverhampton
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: http://litmustms.co.uk/respond/G2N9V5V52Z


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2020/S 140-345653
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 345653    
   Lot Number: 1    
   Title: S4S Cluster 7 ~ Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Shire Services, 04811188
             The Shropshire Food Enterprise Centre, Vanguard Way, Shrewsbury, SY1 3TG, United Kingdom
             NUTS Code: UKG2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,863,150
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: S4S Cluster 7 ~ Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             abm Catering Ltd, 04168334
             Eagle Court, 63-67 Saltisford, Warwick, CV34 4AF, United Kingdom
             NUTS Code: UKG13
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,037,894
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=584105679

   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.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/04/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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
   
   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