Scope
Reference
CCL_111
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 £1,102,445
• Lot Two is Bristol 13 academies and annual turnover circa £613,800.
• Lot Three is North and Midlands, 15 academies annual turnover circa £1,674,600.
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 cafés 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.
Total value (estimated)
- £10,173,000 excluding VAT
- £12,207,600 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2026 to 31 July 2029
- Possible extension to 31 July 2031
- 5 years
Description of possible extension:
The two year extension is based upon contract performance and mutual agreement.
Main procurement category
Services
CPV classifications
- 55524000 - School catering services
Contract locations
- UKI7 - Outer London - West and North West
- UKK11 - Bristol, City of
- UKG31 - Birmingham
- UKD37 - Greater Manchester North East
- UKE32 - Sheffield
- UKF24 - West Northamptonshire
Submission
Enquiry deadline
21 October 2025, 1:00pm
Submission type
Requests to participate
Deadline for requests to participate
21 October 2025, 1:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
27 March 2026
Award criteria
Name | Description | Type |
---|---|---|
Simple description | Quality criteria are finance 23.81%, quality 76.19% |
Price |
Weighting description
Quality criteria are finance 23.81%, quality 76.19%
Other information
Payment terms
As per government guidelines.
Description of risks to contract performance
No risks identified.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
All details are within the tender documents. There will be a two step notice with PSQ and ITT stage.
Documents
Associated tender documents
http://www.in-tendhost.co.uk/cohesionconsulting/aspx/Home
All documents are available free of charge on the above link.
Contracting authority
E-ACT
- Companies House: 06526376
The Orangery, 28 Headlands
Kettering
NN15 7HP
United Kingdom
Contact name: CCL Procurement Team
Email: info@cohesionconsulting.co.uk
Website: http://www.e-act.org.uk
Region: UKF25 - North Northamptonshire
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
Cohesion Consulting Limited
Summary of their role in this procurement: CCL are managing the tender on behalf of E-Act
- Companies House: 13682273
16 Mount Pleasant
Tunbridge Wells
TN1 1QU
United Kingdom
Contact name: CCL Procurement Team
Email: info@cohesionconsulting.co.uk
Website: http://www.cohesionconsulting.co.uk
Region: UKJ46 - West Kent