Contract

Eko Trust - Outsourced Catering Services

  • Eko Trust

F03: Contract award notice

Notice identifier: 2022/S 000-016992

Procurement identifier (OCID): ocds-h6vhtk-032e0d

Published 22 June 2022, 9:09am



Section one: Contracting authority

one.1) Name and addresses

Eko Trust

Eko Hub, c/o Pathways School

Barking

IG11 0HZ

Email

mary.bee@tenetservices.com

Telephone

+44 1473726027

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.ekotrust.org.uk

Buyer's address

https://www.ekotrust.org.uk

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

Email

info@fuel4learning.co.uk

Telephone

+44 7793953706

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.fuel4learning.co.uk

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

Email

dpower@thepantrycatering.co.uk

Telephone

+44 2088137040

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.thepantrycatering.co.uk

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

Email

dpower@thepantrycatering.co.uk

Telephone

+44 2088137040

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.thepantrycatering.co.uk

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).