Section one: Contracting authority
one.1) Name and addresses
Red Kite Learning Trust
Arthurs Avenue
Harrogate
HG2 0DZ
Country
United Kingdom
NUTS code
UKE22 - North Yorkshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://app.mypagabo.co.uk/login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://app.mypagabo.co.uk/login
one.4) Type of the contracting authority
Other type
Education Establishment
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Dynamic Purchasing System for Soft FM Services
Reference number
AVP-RKLT-1006
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Added Value Portal t/a Pagabo, acting on behalf of Red Kite Learning Trust, wish to appoint a range of Suppliers specialising in various aspects of Soft Facilities Management to a national Dynamic Purchasing Solution (DPS), available to all public sector bodies, including charities, within the UK (the full list is available in the Tender synopsis on the In-Tend portal – (https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1211) The Suppliers will provide a full range of services across a range of geographic regions, services types and value bands. The framework will cover, all types of Soft Facilities Management Services. It is proposed that the term of this DPS agreement will be for a period of 5 years from April 2022 with one optional extension of 12 months. The procurement will follow the Public Contract Regulations 2015 restricted procedure. The following value bands will be applied:1.£0-£250k2.£250k-£1m3.£1m and above
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
£0-£250k Soft Facilities Management
Lot No
1
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 79713000 - Guard services
- 65111000 - Drinking-water distribution
- 92222000 - Closed circuit television services
- 79711000 - Alarm-monitoring services
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 90922000 - Pest-control services
- 90500000 - Refuse and waste related services
- 79710000 - Security services
- 79715000 - Patrol services
- 32231000 - Closed-circuit television apparatus
- 55500000 - Canteen and catering services
- 75241000 - Public security services
- 90919000 - Office, school and office equipment cleaning services
- 98351100 - Car park services
- 90524000 - Medical waste services
- 55523000 - Catering services for other enterprises or other institutions
- 71800000 - Consulting services for water-supply and waste consultancy
- 55524000 - School catering services
- 71600000 - Technical testing, analysis and consultancy services
- 98351000 - Car park management services
- 90919200 - Office cleaning services
- 79993100 - Facilities management services
- 50530000 - Repair and maintenance services of machinery
- 90911000 - Accommodation, building and window cleaning services
- 90919300 - School cleaning services
- 55520000 - Catering services
- 90910000 - Cleaning services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 71314100 - Electrical services
- 55522000 - Catering services for transport enterprises
- 90914000 - Car park cleaning services
- 72253100 - Helpdesk services
- 72253000 - Helpdesk and support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
To provide the following services across all UK regions up to an annual contract value of £250,000 for a term of five years with the option to extend for one 12 month period:Cleaning; Catering; Washroom and Hygiene; Pest Control; Security; Waste Management and Recycling; Other areas. Any competitions run via this DPS will be evaluated on a 60% price, 40% quality basis. This can be varied ±20% as required.Criteria used for the evaluation of quality, will be based on a combination of the following:Capability;Social Value;Carbon Net Zero;Staff Engagement;Client Engagement;Supply Chain Engagement;Monitoring / Reporting Solutions;Customer Service;Technology / Innovation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
option to extend for one 12 month period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the Applicable Public Sector Organisations document available on My Pagabo for a detailed overview
two.2) Description
two.2.1) Title
£250k - £1m Soft Facilities Management
Lot No
2
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 79713000 - Guard services
- 72253100 - Helpdesk services
- 65111000 - Drinking-water distribution
- 90514000 - Refuse recycling services
- 92222000 - Closed circuit television services
- 79711000 - Alarm-monitoring services
- 71621000 - Technical analysis or consultancy services
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 90922000 - Pest-control services
- 90500000 - Refuse and waste related services
- 79710000 - Security services
- 79715000 - Patrol services
- 79993100 - Facilities management services
- 55500000 - Canteen and catering services
- 75241000 - Public security services
- 90524000 - Medical waste services
- 55523000 - Catering services for other enterprises or other institutions
- 71800000 - Consulting services for water-supply and waste consultancy
- 55524000 - School catering services
- 98351000 - Car park management services
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 90919200 - Office cleaning services
- 50530000 - Repair and maintenance services of machinery
- 90911000 - Accommodation, building and window cleaning services
- 90919300 - School cleaning services
- 55520000 - Catering services
- 90910000 - Cleaning services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 71314100 - Electrical services
- 90511000 - Refuse collection services
- 71632000 - Technical testing services
- 55522000 - Catering services for transport enterprises
- 90914000 - Car park cleaning services
- 72253000 - Helpdesk and support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To provide the following services across all UK regions up to an annual contract value between £250k - £500k for a term of five years with the option to extend for one 12 month period:Cleaning; Catering; Washroom and Hygiene; Pest Control; Security; Waste Management and Recycling; Other areas. Any competitions run via this DPS will be evaluated on a 60% price, 40% quality basis. This can be varied ±20% as required.Criteria used for the evaluation of quality, will be based on a combination of the following:Capability;Social Value;Carbon Net Zero;Staff Engagement;Client Engagement;Supply Chain Engagement;Monitoring / Reporting Solutions;Customer Service;Technology / Innovation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
option to extend for one 12 month period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the Applicable Public Sector Organisations document available on My Pagabo for a detailed overview
two.2) Description
two.2.1) Title
£1m and above Soft Facilities Management
Lot No
3
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 79713000 - Guard services
- 72253100 - Helpdesk services
- 65111000 - Drinking-water distribution
- 90514000 - Refuse recycling services
- 92222000 - Closed circuit television services
- 79711000 - Alarm-monitoring services
- 71632000 - Technical testing services
- 90922000 - Pest-control services
- 79710000 - Security services
- 79715000 - Patrol services
- 79993100 - Facilities management services
- 55500000 - Canteen and catering services
- 90919000 - Office, school and office equipment cleaning services
- 90524000 - Medical waste services
- 55523000 - Catering services for other enterprises or other institutions
- 71800000 - Consulting services for water-supply and waste consultancy
- 55524000 - School catering services
- 98351000 - Car park management services
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 50530000 - Repair and maintenance services of machinery
- 90911000 - Accommodation, building and window cleaning services
- 90919300 - School cleaning services
- 55520000 - Catering services
- 90910000 - Cleaning services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 55510000 - Canteen services
- 71314100 - Electrical services
- 90511000 - Refuse collection services
- 55522000 - Catering services for transport enterprises
- 90914000 - Car park cleaning services
- 72253000 - Helpdesk and support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To provide the following services across all UK regions up to an annual contract value of £250,000 for a term of five years with the option to extend for one 12 month period:Cleaning; Catering; Washroom and Hygiene; Pest Control; Security; Waste Management and Recycling; Other areas. Any competitions run via this DPS will be evaluated on a 60% price, 40% quality basis. This can be varied ±20% as required.Criteria used for the evaluation of quality, will be based on a combination of the following:Capability;Social Value;Carbon Net Zero;Staff Engagement;Client Engagement;Supply Chain Engagement;Monitoring / Reporting Solutions;Customer Service;Technology / Innovation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Option to extend for one 12 month period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the Applicable Public Sector Organisations document available on My Pagabo for a detailed overview
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 May 2027
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
It will be the suppliers responsibility to obtain any necessary documents in order to submit a response by the closing date and time.The Contracting Authority will not be liable for any costs incurred by those expressing an interest in the DPS. Any competitions run via this DPS will be evaluated on a 60% price, 40% quality basis. This can be varied ±20% as required.Criteria used for the evaluation of quality, will be based on a combination of the following:Capability;Social Value;Carbon Net Zero;Staff Engagement;Client Engagement;Supply Chain Engagement;Monitoring / Reporting Solutions;Customer Service;Technology / Innovation.A launch event will be held via Webinar on 7th June at 10am. Please register interest at the link below https://us02web.zoom.us/webinar/register/WN_8JCLQV1URW26cfGOMsCN8w
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
WC2A 2LL
Country
United Kingdom