Notice Information
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
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ORCHARD COMMUNITY TRUST
- Additional Buyers
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/000488-2026
5th January 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}