Section one: Contracting authority
one.1) Name and addresses
Eko Trust
Eko Hub, c/o Pathways School
Barking
IG11 0HZ
Telephone
+44 1473726027
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Eko Trust - Outsourced Catering Services
Reference number
CA10352 -
two.1.2) Main CPV code
- 55510000 - Canteen services
two.1.3) Type of contract
Services
two.1.4) Short description
Eko Trust is a multi-academy trust made up of seven schools, two of which are SEMH settings, based across three London Boroughs: Newham, Hackney, Barking and Dagenham. In February 2022, Rushmere Hall Primary School in Ipswich, Suffolk made the strategic and proactive decision to become an academy and join the Eko Trust. The seventh school, Kaizen Primary, is not taking part in this tender process.
The Trust was set up to collaborate to learn and they are passionate about nurturing, growing and developing young people, so that the children and families they serve have the best opportunities to thrive.
The invitation to tender is being issued in the following Lots:
Lot 1 Hackney New Primary School
Lot 2 Rushmere Hall Primary, Ipswich
Lot 3 London schools: Hackney New Primary, Gainsborough Primary, Earlham Primary, EKO Pathways, Pathways School
Lot 4 All 6 schools
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,078,525
two.2) Description
two.2.1) Title
Lot 1 - Hackney Free Primary School Outsourced Catering Services
Lot No
1
two.2.2) Additional CPV code(s)
- 55510000 - Canteen services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
London
two.2.4) Description of the procurement
HFPS opened in September 2015 with an inaugural two classes of 25 children in Reception, and in September 2021, they had their first full Reception to Year 6 cohort.
two.2.5) Award criteria
Quality criterion - Name: Innovation, Investment and Added Value / Weighting: 20.00%
Quality criterion - Name: Account Management / Weighting: 10.00%
Quality criterion - Name: People and Mobilisation / Weighting: 10.00%
Quality criterion - Name: Menu and Food Experience / Weighting: 20.00%
Quality criterion - Name: Presentation / Weighting: 25.00%
Price - Weighting: 15.00%
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Rushmere Hall Primary School - Outsourced Catering Services
Lot No
2
two.2.2) Additional CPV code(s)
- 55510000 - Canteen services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Suffolk
two.2.4) Description of the procurement
3-form entry primary school in Ipswich, Suffolk with 599 pupils on roll.
two.2.5) Award criteria
Quality criterion - Name: Innovation, Investment and Added Value / Weighting: 20.00%
Quality criterion - Name: Account Management / Weighting: 10.00%
Quality criterion - Name: People and Mobilisation / Weighting: 10.00%
Quality criterion - Name: Menu and Food Experience / Weighting: 20.00%
Quality criterion - Name: Presentation / Weighting: 25.00%
Price - Weighting: 15.00%
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Eko Trust London primary schools - Outsourced Catering Services
Lot No
3
two.2.2) Additional CPV code(s)
- 55510000 - Canteen services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
London
two.2.4) Description of the procurement
Lot 3 consists of the following Eko Trust London schools based across three London Boroughs: Newham, Hackney, Barking and Dagenham.
Hackney New Primary
Gainsborough Primary
Earlham Primary
Eko Pathways
Pathways School (Pathways School will join the contract 1 August 2023)
Eko Pathway and Pathways School are all-through Social, Emotional and Mental Health Special schools.
two.2.5) Award criteria
Quality criterion - Name: Innovation, Investment and Added Value / Weighting: 20.00%
Quality criterion - Name: Account Management / Weighting: 10.00%
Quality criterion - Name: People and Mobilisation / Weighting: 10.00%
Quality criterion - Name: Menu and Food Experience / Weighting: 20.00%
Quality criterion - Name: Presentation / Weighting: 25.00%
Price - Weighting: 15.00%
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - Eko Trust - Outsourced Catering Services to six schools
Lot No
4
two.2.2) Additional CPV code(s)
- 55510000 - Canteen services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKI4 - Inner London – East
Main site or place of performance
England
two.2.4) Description of the procurement
Lot 4 includes all the six schools as follows:
Hackney New Primary School
Rushmere Hall Primary
Gainsborough Primary
Earlham Primary
Eko Pathways
Pathways School (Pathways School to join the contract 1 August 2023).
two.2.5) Award criteria
Quality criterion - Name: Innovation, Investment and Added Value / Weighting: 20.00%
Quality criterion - Name: Account Management / Weighting: 10.00%
Quality criterion - Name: People and Mobilisation / Weighting: 10.00%
Quality criterion - Name: Menu and Food Experience / Weighting: 20.00%
Quality criterion - Name: Presentation / Weighting: 25.00%
Price - Weighting: 15.00%
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-010097
Section five. Award of contract
Contract No
CA10352
Lot No
1
Title
Lot 1 - Hackney Free Primary School Outsourced Catering Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 June 2022
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FUEL FOR LEARNING
55 Staines Road West,
SUNBURY-ON-THAMES
TW16 7AH
Telephone
+44 7793953706
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £526,485
Section five. Award of contract
Contract No
CA10352
Lot No
2
Title
Lot 2 - Rushmere Hall Primary School - Outsourced Catering Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 June 2022
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
THE PANTRY (UK) LIMITED
Unit 6, Brook Business Center,
UXBRIDGE
UB8 2FX
dpower@thepantrycatering.co.uk
Telephone
+44 2088137040
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £499,464
Section five. Award of contract
Contract No
CA10352
Lot No
3
Title
Lot 3 - Eko Trust London primary schools - Outsourced Catering Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 June 2022
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
THE PANTRY (UK) LIMITED
Unit 6, Brook Business Center,
UXBRIDGE
UB8 2FX
dpower@thepantrycatering.co.uk
Telephone
+44 2088137040
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,052,576
Section five. Award of contract
Contract No
CA10352
Lot No
4
Title
Lot 4 - Eko Trust - Outsourced Catering Services to six schools
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
six.4) Procedures for review
six.4.1) Review body
Tenet
Procurement House, 23 Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).