Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Tender for the Provision of Catering Services

  • First published: 20 October 2020
  • Last modified: 20 October 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Academies Enterprise Trust
Authority ID:
AA25163
Publication date:
20 October 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

There are 18 AET academies covered within lot 2 of this contract covering the geographical areas of Essex, Kent and London.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies:

• Pioneer School,

• Maltings Academy,

• New Rickstones Academy,

• Plumberow Primary Academy,

• Westerings Primary Academy,

• Greensward Academy,

• Ashingdon Primary Academy,

• Hamford Primary Academy,

• Tendring Technology College,

• Hockley Primary Academy,

• Bexleyheath Academy,

• Richmond Park Academy,

• Aylward Academy,

• Kingsley Academy,

• Trinity Primary,

• Noel Park Primary,

• Newlands Academy,

St James The Great Primary Academy.

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful supplier will be expected to provide costings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of 5 years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Academies Enterprise Trust

183 Eversholt Street

London

NW1 1UB

UK

Contact person: Clive Hammond

Telephone: +44 7900827152

E-mail: chammond@academiesenterprisetrust.org

NUTS: UKI

Internet address(es)

Main address: http://www.academiesenterprisetrust.org

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28989

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

Tender for the Provision of Catering Services

Reference number: T143/2019

II.1.2) Main CPV code

55524000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This tender is for the provision of catering services for fifty five (55) academies. These are currently provided through a range of providers including own academy in -house provision, local authorities, other schools or outsourced third party suppliers.

The contract will be split into three lots and bidding suppliers may bid for any combination of lots including the option of a single supplier award for all three regions.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 65 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF


Main site or place of performance:

Academies within the geographical regions of Middlesborough, Yorkshire, Humberside and Staffordshire.

II.2.4) Description of the procurement

There are 18 AET academies covered within lot 1 of this contract covering the geographical areas of Middlesborough, Yorkshire, Humbersid and Staffordshire.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies:

• Anglesey Primary Academy,

• Beacon Primary Academy,

• The Rawlett School,

• Tamworth Enterprise College,

• Cottingley Primary Academy,

• Feversham Primary Academy,

• Meadstead Primary Academy,

• Shafton Primary Academy,

• St Helens Primary Academy,

• Firth Park Academy,

• Utterby Primary Academy,

• North Thoresby Primary Academy,

• Hall Road Primary Academy,

• Newington Primary Academy,

• The Green Way Primary Academy,

• Caldicotes Primary Academy,

• North Ormesby Primary Academy,

• Unity City Academy.

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful supplier will be expected to provide costings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of 5 years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.

II.2.5) Award criteria

Quality criterion: Method statement / Weighting: 20 %

Quality criterion: Requirements / Weighting: 35 %

Quality criterion: Quality / Weighting: 15 %

Quality criterion: Presentation / Weighting: 30 %

Price / Weighting:  65 %

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

Lot No: 2

II.2.1) Title

Academies in Essex, Kent and London

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKI6

UKJ4


Main site or place of performance:

Academies in the geographical regions of Essex, Kent and London.

II.2.4) Description of the procurement

There are 18 AET academies covered within lot 2 of this contract covering the geographical areas of Essex, Kent and London.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies:

• Pioneer School,

• Maltings Academy,

• New Rickstones Academy,

• Plumberow Primary Academy,

• Westerings Primary Academy,

• Greensward Academy,

• Ashingdon Primary Academy,

• Hamford Primary Academy,

• Tendring Technology College,

• Hockley Primary Academy,

• Bexleyheath Academy,

• Richmond Park Academy,

• Aylward Academy,

• Kingsley Academy,

• Trinity Primary,

• Noel Park Primary,

• Newlands Academy,

St James The Great Primary Academy.

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful supplier will be expected to provide costings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of 5 years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.

II.2.5) Award criteria

Quality criterion: Method statement / Weighting: 20 %

Quality criterion: Requirements / Weighting: 35 %

Quality criterion: Quality / Weighting: 15 %

Quality criterion: Presentation / Weighting: 30 %

Price / Weighting:  65 %

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

Lot No: 3

II.2.1) Title

Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England

II.2.2) Additional CPV code(s)

55524000

II.2.3) Place of performance

NUTS code:

UKJ

UKJ2

UKJ3

UKK

UKG3


Main site or place of performance:

Academies based in the geographical regions of South and South West England.

II.2.4) Description of the procurement

There are 19 AET academies covered within lot 3 of this contract covering the geographical areas of South and South West England

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies:

• Ryde Academy,

• Winton Community Academy,

• New Forest Academy,

• Hazelwood Primary,

• Barton Hill Primary Academy,

• Broadlands Academy,

• Brockworth Primary Academy,

• Offas Mead Primary Academy,

• Severn View Primary Academy,

• The Ridge Academy,

• Sir Herbert Leon Academy,

• Charles Warren Academy,

• Wishmore Cross Academy,

• Lea Forest Primary Academy,

• Four Dwellings Primary Academy,

• Montgomery Primary Academy,

• Percy Shurmer Primary Academy,

• Four Dwellings Academy,

• Greenwood Academy.

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful supplier will be expected to provide costings and operational proposals for the catering services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

The Trust is seeking to appoint a supplier who will provide a high quality service, using locally sourced produce (wherever possible) that is cooked and prepared in the academy kitchen and will focus on exciting new food concepts that will increase take up and satisfy a wide range of pupil tastes and dietary requirements and well as catering for users cultural beliefs. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of 5 years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed elements for the cash sales gross profit margin(%), the food cost charge per pupil free school meals and universal infants free school meals and adults duty meals, sundry cost, labour costs, management fee and fully inclusive meal charges for delivered meals. Hospitality catering will be charged at a pre-agreed cost price. The contract will operate as a guaranteed performance contract with the successful supplier offering the Trust a guaranteed return/cost per annum for the provision of catering services.

II.2.5) Award criteria

Quality criterion: Method statement / Weighting: 20 %

Quality criterion: Requirements / Weighting: 35 %

Quality criterion: Quality / Weighting: 15 %

Quality criterion: Presentation / Weighting: 30 %

Price / Weighting:  65 %

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2020/S 023-052432

Section V: Award of contract

Lot No: 1

Title: Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

25/09/2020

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Hutchison Catering

Yours Business Network, Metro Riverside Park

Tyne and Wear

NE11 9DJ

UK

Telephone: +44 7799369432

NUTS: UKD

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 15 653 069.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Academies in Essex, Kent and London

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/09/2020

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Aspens Services Ltd

Suite 5, Offerton Barns Business Centre, Offerton Lane

Hindlip

WR3 8SX

UK

Telephone: +44 1905759613

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 21 681 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/09/2019

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Aspens Services Ltd

Suite 5, Offerton Barns Business Centre, Offerton Lane

Hindlip

WR3 8SX

UK

Telephone: +44 1905759613

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 13 808 894.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

It will be the suppliers responsibility to obtain all necessary documentation and information in order to submit a response by the closing date and time.

The contracting authority reserves the right to award each lot individually, or two or more lots to a single supplier. The contracting authority also reserves the right not to award any or part of the contract and to terminate the procurement process at any time and for any reason.

The contracting authority will not be liable for any costs incurred by any supplier expressing an interest in this tender.

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 bid will be considered unless the bidder submits a confirming bid.

Suppliers are advised that whilst the Trust, as part of the tender will be seeking their professional recommendations on proposed investment in the catering facilities it is not seeking from the suppliers any bids that include investment funding.

The successful supplier(s) will be required in their year one prices to include costs in relation to the running of this tender. These costs are:

Lot 1: GBP 19 000,

Lot 2: GBP 29 500; and

Lot 3: GBP 26 500.

(MT Ref:220870)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

NW1 1BU

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

12/10/2020

Coding

Commodity categories

ID Title Parent category
55524000 School catering services Catering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
chammond@academiesenterprisetrust.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.