Tender

E-Act Catering Tender

E-ACT

This public procurement record has 1 release in its history.

Tender

19 Sep 2025 at 10:59

Summary of the contracting process

The latest tender from E-ACT, a prominent Multi Academy Trust, concerns the procurement of catering services across its academies, located in regions such as London, Bristol, Daventry, Birmingham, Oldham, and Sheffield. The contracting process is currently in the tender stage, with key dates including an expression of interest deadline on 21st October 2025 and the contract award by 27th March 2026. The contract will commence on 1st August 2026 for an initial term of three years, with a potential extension up to two additional years, pending satisfactory performance. The overall contractual value stands at £12,207,600 gross, and a competitive flexible procurement method under the Light Touch Regime is being utilised. This tender encompasses three Lots, inviting experienced caterers to transform school catering services, with financial proposals guaranteed and adherence to TUPE required.

This tender represents a significant opportunity for catering service providers aiming to expand their footprint in the educational sector. It is especially appealing to businesses that excel in managing large-scale operations and are equipped to enhance service quality and drive sales in alignment with educational objectives. The successful bidder will demonstrate innovative food concepts and possess the capability to operate with integrity and strong partnership, ensuring high standards and maximising sales and FSM uptake. Opportunities abound for businesses that can offer comprehensive, competitive proposals without requiring capital investment, and who can support E-ACT’s aim to provide exceptional catering services, thereby fostering growth in a prestigious Multi Academy Trust environment.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

E-Act Catering Tender

Notice Description

E-ACT is a dynamic, successful and growing Multi Academy Trust with primary and secondary academies across London, Bristol, Daventry, Birmingham, Oldham and Sheffield. The Trust has grown to 37 academies, with more than 93% rated Good or Outstanding by Ofsted, and 100% of them achieving the highest grade for leadership and management. Recognised nationally, E-ACT was named MAT of the Year at the 2023 MAT Excellence Awards. Guided by their mantra of "Opening Minds, Opening Doors," the Trust is committed to ensuring that disadvantaged students have equal opportunities to succeed and thrive. The Trust is tendering its catering services in three Lots, with a contract commencement date of 1st August 2026. Bidders are invited to submit proposals for individual Lots or multiple Lots collectively. The initial contract term will be three years, with a potential extension for a further two years (either 1+1 years or a single 2-year extension), subject to client satisfaction and mutual agreement on budgets and service levels. The Trust is conducting the procurement through a two stage Competitive Flexible process under the Light Touch Regime. The process will begin with a Procurement Specific Questionnaire (PSQ) stage, followed by an Invitation to Tender (ITT) stage for shortlisted bidders. In line with the flexibility permitted under the Light Touch Regime, the Trust reserves the right to refine the award criteria during the process. Capital Investment is not required in bidders' proposals. * Lot One is London and Bucks, 9 academies and annual turnover circa PS1,102,445 * Lot Two is Bristol 13 academies and annual turnover circa PS613,800. * Lot Three is North and Midlands, 15 academies annual turnover circa PS1,674,600. The new contract will reward maximising sales and FSM uptake through pro-active management, consistently high food quality and tangible contract support. The Trust and CCL expect the successful Contractor to guarantee their financial proposals and maintain excellent standards throughout the life of the contract. At present, the Trust operates a 'price per meal' model for Free School Meals (FSM) in primaries and secondary academies, under which the Contractor only invoices for the food cost of the meal. All other sales are processed via cashless systems, with some sixth form cafes use POS terminals for contactless payments. This process is currently under review. The Trust requires a TUPE-compliant bid, including additional recommendations on service equipment, serving points, staffing levels and a bespoke food concept designed to drive sales and uptake. In summary, the Trust must be convinced that bidders can deliver their promises, achieve their sales targets, deliver their service enhancements in full and provide ongoing support to the academies. Should the Trust not receive suitable bids, they reserve the right to cancel the procurement or revert to an 'insourced' solution. Any proposals for marketing and light equipment investment must comply with DFE guidelines. The successful bidder will be expected to operate with a strong partnership, integrity and honesty.

Lot Information

Lot 1

Renewal: The two year extension is based upon contract performance and mutual agreement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059e09
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/058069-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

55 - Hotel, restaurant and retail trade services


CPV Codes

55524000 - School catering services

Notice Value(s)

Tender Value
£10,173,000 £10M-£100M
Lots Value
£10,173,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Sep 20255 months ago
Submission Deadline
21 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2026 - 31 Jul 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
E-ACT
Additional Buyers

COHESION CONSULTING LIMITED

Contact Name
CCL Procurement Team
Contact Email
info@cohesionconsulting.co.uk
Contact Phone
Not specified

Buyer Location

Locality
KETTERING
Postcode
NN15 7HP
Post Town
Northampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ46 West Kent
Delivery Location
TLD37 Greater Manchester North East, TLE32 Sheffield, TLF24 West Northamptonshire, TLG31 Birmingham, TLI7 Outer London - West and North West, TLK11 Bristol, City of

Local Authority
Tunbridge Wells
Electoral Ward
Park
Westminster Constituency
Tunbridge Wells

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059e09-2025-09-19T11:59:01+01:00",
    "date": "2025-09-19T11:59:01+01:00",
    "ocid": "ocds-h6vhtk-059e09",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-06526376",
            "name": "E-ACT",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06526376"
            },
            "address": {
                "streetAddress": "The Orangery, 28 Headlands",
                "locality": "Kettering",
                "postalCode": "NN15 7HP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF25"
            },
            "contactPoint": {
                "name": "CCL Procurement Team",
                "email": "info@cohesionconsulting.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.e-act.org.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-13682273",
            "name": "Cohesion Consulting Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "13682273"
            },
            "address": {
                "streetAddress": "16 Mount Pleasant",
                "locality": "Tunbridge Wells",
                "postalCode": "TN1 1QU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ46"
            },
            "contactPoint": {
                "name": "CCL Procurement Team",
                "email": "info@cohesionconsulting.co.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "CCL are managing the tender on behalf of E-Act",
            "details": {
                "url": "http://www.cohesionconsulting.co.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-06526376",
        "name": "E-ACT"
    },
    "tender": {
        "id": "CCL_111",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "E-Act Catering Tender",
        "description": "E-ACT is a dynamic, successful and growing Multi Academy Trust with primary and secondary academies across London, Bristol, Daventry, Birmingham, Oldham and Sheffield. The Trust has grown to 37 academies, with more than 93% rated Good or Outstanding by Ofsted, and 100% of them achieving the highest grade for leadership and management. Recognised nationally, E-ACT was named MAT of the Year at the 2023 MAT Excellence Awards. Guided by their mantra of \"Opening Minds, Opening Doors,\" the Trust is committed to ensuring that disadvantaged students have equal opportunities to succeed and thrive. The Trust is tendering its catering services in three Lots, with a contract commencement date of 1st August 2026. Bidders are invited to submit proposals for individual Lots or multiple Lots collectively. The initial contract term will be three years, with a potential extension for a further two years (either 1+1 years or a single 2-year extension), subject to client satisfaction and mutual agreement on budgets and service levels. The Trust is conducting the procurement through a two stage Competitive Flexible process under the Light Touch Regime. The process will begin with a Procurement Specific Questionnaire (PSQ) stage, followed by an Invitation to Tender (ITT) stage for shortlisted bidders. In line with the flexibility permitted under the Light Touch Regime, the Trust reserves the right to refine the award criteria during the process. Capital Investment is not required in bidders' proposals. * Lot One is London and Bucks, 9 academies and annual turnover circa PS1,102,445 * Lot Two is Bristol 13 academies and annual turnover circa PS613,800. * Lot Three is North and Midlands, 15 academies annual turnover circa PS1,674,600. The new contract will reward maximising sales and FSM uptake through pro-active management, consistently high food quality and tangible contract support. The Trust and CCL expect the successful Contractor to guarantee their financial proposals and maintain excellent standards throughout the life of the contract. At present, the Trust operates a 'price per meal' model for Free School Meals (FSM) in primaries and secondary academies, under which the Contractor only invoices for the food cost of the meal. All other sales are processed via cashless systems, with some sixth form cafes use POS terminals for contactless payments. This process is currently under review. The Trust requires a TUPE-compliant bid, including additional recommendations on service equipment, serving points, staffing levels and a bespoke food concept designed to drive sales and uptake. In summary, the Trust must be convinced that bidders can deliver their promises, achieve their sales targets, deliver their service enhancements in full and provide ongoing support to the academies. Should the Trust not receive suitable bids, they reserve the right to cancel the procurement or revert to an 'insourced' solution. Any proposals for marketing and light equipment investment must comply with DFE guidelines. The successful bidder will be expected to operate with a strong partnership, integrity and honesty.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "55524000",
                        "description": "School catering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI7",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK11",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD37",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF24",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 12207600,
            "amount": 10173000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "All details are within the tender documents. There will be a two step notice with PSQ and ITT stage."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "www.in-tendhost.co.uk/cohesionconsulting/aspx/Home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-21T13:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-10-21T13:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-27T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 12207600,
                    "amount": 10173000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "Quality criteria are finance 23.81%, quality 76.19%",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Quality criteria are finance 23.81%, quality 76.19%"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2031-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The two year extension is based upon contract performance and mutual agreement."
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "All documents are available free of charge on the above link.",
                "url": "www.in-tendhost.co.uk/cohesionconsulting/aspx/Home"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "058069-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058069-2025",
                "datePublished": "2025-09-19T11:59:01+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As per government guidelines."
        },
        "riskDetails": "No risks identified."
    },
    "language": "en"
}