Tender

Catering Services for the Orchard Community Trust

ORCHARD COMMUNITY TRUST

This public procurement record has 1 release in its history.

Tender

05 Jan 2026 at 19:30

Summary of the contracting process

The Orchard Community Trust is currently in the tender stage for the provision of catering services across its seven schools, which consist of both primary and all-through special needs institutions. This procurement process is being managed by MYA Consulting Ltd on behalf of the Trust. With a total contract value of GBP 5,700,000 and a main focus on school catering services, this open procedure is aimed at experienced providers within the service industry category. The tender submission deadline is scheduled for 4th February 2026, whereas the contract is set to commence on 13th April 2026, running until 13th April 2029, with possible extensions based on performance. The opportunity falls within the UKG region, specifically around Stoke-on-Trent, UK.

This tender provides significant growth opportunities for businesses, particularly those with expertise in school catering services. It is well-suited for SMEs and VCSEs that can demonstrate robust financial health, operational capability, and previous experience in delivering similar services. Potential bidders should be prepared to meet stringent selection criteria, including legal capacity and adherence to food safety regulations, while showcasing capabilities in menu planning, staffing, and consistent service delivery. Bidders are expected to submit comprehensive price and technical quality proposals that will be evaluated on criteria reflecting commercial deliverability and technical innovation.

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

Catering Services for the Orchard Community Trust

Notice Description

The outsourced provision of catering services to the seven schools in the trust - 5 of which are primary's and 2 of which are all through special needs schools

Lot Information

Lot 1

Renewal: Based on quality and consistency of performance over the initial term and entirely at the clients discretion

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ffb1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000488-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

15 - Food, beverages, tobacco and related products

55 - Hotel, restaurant and retail trade services


CPV Codes

15894210 - School meals

55524000 - School catering services

Notice Value(s)

Tender Value
£4,750,000 £1M-£10M
Lots Value
£4,750,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Jan 20261 months ago
Submission Deadline
4 Feb 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
12 Apr 2026 - 13 Apr 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
ORCHARD COMMUNITY TRUST
Additional Buyers

MYA CONSULTING LTD

Contact Name
Kevin Pickford
Contact Email
kevin.pickford@mya-consultanting.co.uk, kevin.pickford@mya-consulting.co.uk
Contact Phone
+447790973906

Buyer Location

Locality
STOKE-ON-TRENT
Postcode
ST6 6JZ
Post Town
Stoke-on-Trent
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ22 East Sussex CC
Delivery Location
TLG West Midlands (England)

Local Authority
Hastings
Electoral Ward
Hollington
Westminster Constituency
Hastings and Rye

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-05ffb1-2026-01-05T19:30:36Z",
    "date": "2026-01-05T19:30:36Z",
    "ocid": "ocds-h6vhtk-05ffb1",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHZW-3175-VNXR",
            "name": "Orchard Community Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHZW-3175-VNXR"
            },
            "address": {
                "streetAddress": "c/o Watermill School",
                "locality": "Stoke-on-Trent",
                "postalCode": "ST6 6JZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG23"
            },
            "contactPoint": {
                "name": "Kevin Pickford",
                "email": "kevin.pickford@mya-consulting.co.uk",
                "telephone": "+447790973906"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.orchardct.org.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PQTW-8499-HZBD",
            "name": "MYA Consulting Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PQTW-8499-HZBD"
            },
            "address": {
                "streetAddress": "Innovation House, Highfield Drive",
                "locality": "St Leonards",
                "postalCode": "TN38 9UH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ22"
            },
            "contactPoint": {
                "name": "Kevin Pickford",
                "email": "kevin.pickford@mya-consultanting.co.uk",
                "telephone": "+447790973906"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Managing procurement process on behalf of the academy trust",
            "details": {
                "url": "https://www.mya-consulting.co.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHZW-3175-VNXR",
        "name": "Orchard Community Trust"
    },
    "planning": {
        "noEngagementNoticeRationale": "Established market, with multiple capable suppliers. The Authority has sufficient insight into models and pricing to proceed straight to tender. This is a standard managed school catering service with defined scope, performance expectations, mobilisation and evaluation. No material uncertainty is anticipated that would justify market testing."
    },
    "tender": {
        "id": "2026 - 01",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Catering Services for the Orchard Community Trust",
        "description": "The outsourced provision of catering services to the seven schools in the trust - 5 of which are primary's and 2 of which are all through special needs schools",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15894210",
                        "description": "School meals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55524000",
                        "description": "School catering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 5700000,
            "amount": 4750000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://www.mytenders.co.uk/supplier/postbox/Login.aspx",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-04T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-28T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-19T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 5700000,
                    "amount": 4750000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial (Price & Financial Deliverability)",
                            "description": "Tenderers will be evaluated on the competitiveness and financial realism of their proposals via Appendix E (Commercial Workbook). The evaluation will assess price competitiveness and the robustness/sustainability of pricing assumptions across the defined commercial elements (including food cost allowance, labour, management fee, mobilisation and sundry overheads), using the pre-published methodology (price ranking combined with price realism).",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Quality (Written Response)",
                            "description": "Tenderers will be evaluated on the quality of their written Technical submission (Appendix D - Technical Response Narrative Requirement), covering governance and reporting, people and mobilisation, food offer and delivery, and sustainability/community. Responses will be scored in accordance with the published scoring matrix and question weightings.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Interview & Presentation",
                            "description": "Shortlisted tenderers may be invited to an Interview/Presentation stage, evaluated as part of the Technical score. The session will assess delivery confidence and alignment to the Trust's requirements and will be scored as: Food & Culture (3%) and Business Presentation (2%).",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Yes Legal capacity Tenderers must demonstrate that they: # are a legally constituted organisation (e.g., company, LLP, registered charity, public body or other lawful entity) and are eligible to contract in the UK; # have the corporate authority and capability to enter into and perform the contract; # are not subject to any applicable exclusion grounds and are able to provide the required declarations and evidence through the Standard Selection/Preliminary Questionnaire process; and # will comply with all applicable UK legislation and regulatory requirements relevant to the delivery of catering services (including food safety, hygiene, and employment law). Financial and economic standing Tenderers must demonstrate that they have sufficient financial and economic standing to perform the contract, including: # submission of the most recent two years' published accounts (or equivalent evidence where accounts are not available, e.g., management accounts, audited statements, or parent company accounts/guarantee); # confirmation that the Tenderer is not insolvent, in administration, in liquidation, or subject to any arrangement with creditors, and is not subject to proceedings of the same nature; # evidence of appropriate financial resilience and capacity to deliver the contract for the full duration (including any extension options); and # maintenance of the following minimum insurance levels (or a commitment to obtain them prior to contract commencement): Employers' Liability: PS10,000,000 Public Liability: PS10,000,000 (or higher if required by the Authority) Product Liability: PS5,000,000 (or higher if required by the Authority) Assessment approach The Authority will assess these conditions on a pass/fail basis using the information and evidence provided. The Authority reserves the right to request clarifications and/or further evidence where necessary."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must demonstrate they have the technical and professional ability to deliver a school catering service of a comparable nature, scale and complexity: Relevant experience Evidence of delivering school catering services (primary and/or secondary schools) under contract within the last three (3) years, with a minimum of two (2) comparable contracts. Comparable contracts should demonstrate delivery of: # term-time catering operations, # compliant food safety/hygiene systems, # menu planning and nutrition appropriate to a school environment, # safe staffing and operational management across one or more sites. References Provision of a minimum two references from current or recent school clients (or equivalent education settings) confirming satisfactory performance. Operational capability Demonstration of sufficient operational resources and management arrangements to deliver the service, including: # an identified contract management structure, # trained staff and supervision arrangements, # business continuity arrangements (including cover for key roles), # and supply chain capability to provide consistent food quality and service continuity. Food safety and compliance Confirmation that the Tenderer operates a documented food safety management system based on HACCP principles and is able to meet the Authority's statutory and contractual requirements, including allergen management and audit compliance. Accreditations The Authority does not require specific ISO accreditations. Tenderers may provide equivalent evidence of quality and safety management arrangements (e.g., third-party audits, internal audit regimes, policies and procedures). Assessment approach The Authority will assess these conditions on a pass/fail basis using the evidence provided. Where necessary, the Authority may request clarifications and/or additional supporting evidence."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-13T00:00:00+01:00",
                    "endDate": "2029-04-13T23:59:59+01:00",
                    "maxExtentDate": "2031-04-11T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Based on quality and consistency of performance over the initial term and entirely at the clients discretion"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "000488-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000488-2026",
                "datePublished": "2026-01-05T19:30:36Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Standard"
        },
        "riskDetails": "No Specific Risks"
    },
    "language": "en"
}