Buyer Name: Orchard Community Trust
Buyer Address: c/o Watermill School, Stoke-on-Trent, UKG23, ST6 6JZ, United Kingdom
Contact Name: Kevin Pickford
Contact Email: kevin.pickford@mya-consulting.co.uk
Contact Telephone: +447790973906
Buyer Name: Orchard Community Trust
Buyer Address: c/o Watermill School, Stoke-on-Trent, UKG23, ST6 6JZ, United Kingdom
Contact Name: Kevin Pickford
Contact Email: kevin.pickford@mya-consulting.co.uk
Contact Telephone: +447790973906
Buyer Name: MYA Consulting Ltd
Buyer Address: Innovation House, Highfield Drive, St Leonards, UKJ22, TN38 9UH, United Kingdom
Contact Email: kevin.pickford@mya-consultanting.co.uk
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
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/000488-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 4,750,000
Lot 1 Value (Gross): GBP 5,700,000
Lot 1 Contract Start: 2026-04-13T00:00:00+01:00
Lot 1 Contract End: 2029-04-13T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Commercial (Price & Financial Deliverability) (55%)
Lot 1 Award Criterion (quality): Technical Quality (Written Response) (40%)
Lot 1 Award Criterion (quality): Interview & Presentation (5%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PHZW-3175-VNXR",
"name": "Orchard Community Trust"
},
"date": "2026-01-05T19:30:36Z",
"id": "000488-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05ffb1",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Stoke-on-Trent",
"postalCode": "ST6 6JZ",
"region": "UKG23",
"streetAddress": "c/o Watermill School"
},
"contactPoint": {
"email": "kevin.pickford@mya-consulting.co.uk",
"name": "Kevin Pickford",
"telephone": "+447790973906"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.orchardct.org.uk/"
},
"id": "GB-PPON-PHZW-3175-VNXR",
"identifier": {
"id": "PHZW-3175-VNXR",
"scheme": "GB-PPON"
},
"name": "Orchard Community Trust",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "St Leonards",
"postalCode": "TN38 9UH",
"region": "UKJ22",
"streetAddress": "Innovation House, Highfield Drive"
},
"contactPoint": {
"email": "kevin.pickford@mya-consultanting.co.uk",
"name": "Kevin Pickford",
"telephone": "+447790973906"
},
"details": {
"url": "https://www.mya-consulting.co.uk/"
},
"id": "GB-PPON-PQTW-8499-HZBD",
"identifier": {
"id": "PQTW-8499-HZBD",
"scheme": "GB-PPON"
},
"name": "MYA Consulting Ltd",
"roleDetails": "Managing procurement process on behalf of the academy trust",
"roles": [
"procuringEntity"
]
}
],
"planning": {
"noEngagementNoticeRationale": "Established market, with multiple capable suppliers. The Authority has sufficient insight into models and pricing to proceed straight to tender.\nThis 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."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-19T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "Standard"
},
"coveredBy": [
"GPA"
],
"description": "The outsourced provision of catering services to the seven schools in the trust - 5 of which are primary\u0027s and 2 of which are all through special needs schools",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-01-05T19:30:36Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "000488-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/000488-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-01-28T12:00:00+00:00"
},
"id": "2026 - 01",
"items": [
{
"additionalClassifications": [
{
"description": "School meals",
"id": "15894210",
"scheme": "CPV"
},
{
"description": "School catering services",
"id": "55524000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"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).",
"name": "Commercial (Price \u0026 Financial Deliverability)",
"numbers": [
{
"number": 55.0,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Tenderers will be evaluated on the quality of their written Technical submission (Appendix D \u2013 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.",
"name": "Technical Quality (Written Response)",
"numbers": [
{
"number": 40.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"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\u2019s requirements and will be scored as: Food \u0026 Culture (3%) and Business Presentation (2%).",
"name": "Interview \u0026 Presentation",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-04-13T23:59:59+01:00",
"maxExtentDate": "2031-04-11T23:59:59+01:00",
"startDate": "2026-04-13T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "Based on quality and consistency of performance over the initial term and entirely at the clients discretion"
},
"selectionCriteria": {
"criteria": [
{
"description": "Yes\nLegal capacity\nTenderers must demonstrate that they:\n# 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;\n# have the corporate authority and capability to enter into and perform the contract;\n# 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\n# will comply with all applicable UK legislation and regulatory requirements relevant to the delivery of catering services (including food safety, hygiene, and employment law).\nFinancial and economic standing\nTenderers must demonstrate that they have sufficient financial and economic standing to perform the contract, including:\n# submission of the most recent two years\u2019 published accounts (or equivalent evidence where accounts are not available, e.g., management accounts, audited statements, or parent company accounts/guarantee);\n# 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;\n# evidence of appropriate financial resilience and capacity to deliver the contract for the full duration (including any extension options); and\n# maintenance of the following minimum insurance levels (or a commitment to obtain them prior to contract commencement):\nEmployers\u2019 Liability: \u00a310,000,000\nPublic Liability: \u00a310,000,000 (or higher if required by the Authority)\nProduct Liability: \u00a35,000,000 (or higher if required by the Authority)\nAssessment approach\nThe 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": "economic"
},
{
"description": "Bidders must demonstrate they have the technical and professional ability to deliver a school catering service of a comparable nature, scale and complexity:\nRelevant experience\nEvidence 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.\nComparable contracts should demonstrate delivery of:\n# term-time catering operations,\n# compliant food safety/hygiene systems,\n# menu planning and nutrition appropriate to a school environment,\n# safe staffing and operational management across one or more sites.\nReferences\nProvision of a minimum two references from current or recent school clients (or equivalent education settings) confirming satisfactory performance.\nOperational capability\nDemonstration of sufficient operational resources and management arrangements to deliver the service, including:\n# an identified contract management structure,\n# trained staff and supervision arrangements,\n# business continuity arrangements (including cover for key roles),\n# and supply chain capability to provide consistent food quality and service continuity.\nFood safety and compliance\nConfirmation that the Tenderer operates a documented food safety management system based on HACCP principles and is able to meet the Authority\u2019s statutory and contractual requirements, including allergen management and audit compliance.\nAccreditations\nThe 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).\nAssessment approach\nThe 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.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 4750000,
"amountGross": 5700000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"riskDetails": "No Specific Risks",
"specialRegime": [
"lightTouch"
],
"status": "active",
"submissionMethodDetails": "https://www.mytenders.co.uk/supplier/postbox/Login.aspx",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-04T12:00:00+00:00"
},
"title": "Catering Services for the Orchard Community Trust",
"value": {
"amount": 4750000,
"amountGross": 5700000,
"currency": "GBP"
}
}
}