Opportunity

Dynamic Purchasing System for Soft FM Services

  • Red Kite Learning Trust

F02: Contract notice

Notice reference: 2022/S 000-011023

Published 28 April 2022, 8:10pm



Section one: Contracting authority

one.1) Name and addresses

Red Kite Learning Trust

Arthurs Avenue

Harrogate

HG2 0DZ

Email

dps@pagabo.co.uk

Country

United Kingdom

NUTS code

UKE22 - North Yorkshire CC

Internet address(es)

Main address

https://www.rklt.co.uk

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