- Scope of the procurement
- Lot 1 - Total Facilities Management Services up to £1m annual Call Off Contract Value
- Lot 2 - Total Facilities Management Services £1m+ annual Call Off Contract Value
- Lot 3 – Hard Facilities Management Services up to £1m annual Call Off Contract Value
- Lot 4 - Hard Facilities Management Services £1m+ annual Call Off Contract Value
- Lot 5 – Soft Facilities Management Services up to £1m annual Call Off Contract Value
- Lot 6 – Soft Facilities Management Services £1m+ annual Call Off Contract Value
Section one: Contracting authority
one.1) Name and addresses
Red Kite Learning Trust
Red Kite Learning Trust, Pannal Ash Road, Harrogate, HG2 9PH
Harrogate
HG2 9PH
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://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1258
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://in-tendhost.co.uk/pagabo/aspx/home
one.4) Type of the contracting authority
Other type
Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Framework for Total Facilities Management
Reference number
AVP-RKLT-1007
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Pagabo Limited, acting on behalf of Red Kite Learning Trust, is looking to establish a framework of Suppliers who are capable of providing Facilities Management solutions. The framework will cover all UK Public Sector Bodies, the opportunity will consist of 6 overarching lots that cover range of Facilities Management services for a four-year term. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure. This Framework Agreement is being advertised and tendered, so it can be utilised by all public sector bodies in the UK, the full list of applicable public sector organisations is available in the Tender synopsis on Pagabo's In- Tend portal - https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1258 . The framework shall have the facility for Client Organisations to Direct Award and Further Compete their requirement.
two.1.5) Estimated total value
Value excluding VAT: £814,000,000
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
Lot 1 - Total Facilities Management Services up to £1m annual Call Off Contract Value
Lot No
1
two.2.2) Additional CPV code(s)
- 90919000 - Office, school and office equipment cleaning services
- 45441000 - Glazing work
- 90533000 - Waste-tip management services
- 90922000 - Pest-control services
- 79710000 - Security services
- 71333000 - Mechanical engineering services
- 55520000 - Catering services
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the provision of Total Facilities Management service packages up to £1,000,000. Suppliers to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example ISO9001, ISO41001 etc for commercial buildings, but not limited to this. Suppliers will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £126,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Lot 2 - Total Facilities Management Services £1m+ annual Call Off Contract Value
Lot No
2
two.2.2) Additional CPV code(s)
- 90919000 - Office, school and office equipment cleaning services
- 45441000 - Glazing work
- 90533000 - Waste-tip management services
- 90922000 - Pest-control services
- 79710000 - Security services
- 71333000 - Mechanical engineering services
- 55520000 - Catering services
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the provision of Total Facilities Management service packages of £1,000,000 plus. Suppliers to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example ISO9001, ISO41001 etc for commercial buildings, but not limited to this. Suppliers will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £180,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Lot 3 – Hard Facilities Management Services up to £1m annual Call Off Contract Value
Lot No
3
two.2.2) Additional CPV code(s)
- 45261920 - Roof maintenance work
- 42416100 - Lifts
- 45441000 - Glazing work
- 45340000 - Fencing, railing and safety equipment installation work
- 71314100 - Electrical services
- 71333000 - Mechanical engineering services
- 45451000 - Decoration work
- 72253100 - Helpdesk services
- 44115800 - Building internal fittings
- 79710000 - Security services
- 39222000 - Catering supplies
- 42416300 - Hoists
- 32424000 - Network infrastructure
- 45232000 - Ancillary works for pipelines and cables
- 39162000 - Educational equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the provision of Hard Facilities Management service packages up to £1,000,000. Suppliers to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example ISO9001, ISO41001 etc for commercial buildings, but not limited to this. Suppliers will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £137,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Lot 4 - Hard Facilities Management Services £1m+ annual Call Off Contract Value
Lot No
4
two.2.2) Additional CPV code(s)
- 45261920 - Roof maintenance work
- 39222000 - Catering supplies
- 72253100 - Helpdesk services
- 45441000 - Glazing work
- 32424000 - Network infrastructure
- 45451000 - Decoration work
- 42416300 - Hoists
- 42416100 - Lifts
- 79710000 - Security services
- 71333000 - Mechanical engineering services
- 39162000 - Educational equipment
- 45232000 - Ancillary works for pipelines and cables
- 71314100 - Electrical services
- 44115800 - Building internal fittings
- 45340000 - Fencing, railing and safety equipment installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the provision of Hard Facilities Management service packages of £1,000,000 plus. Suppliers to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example ISO9001, ISO41001 etc for commercial buildings, but not limited to this. Suppliers will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Lot 5 – Soft Facilities Management Services up to £1m annual Call Off Contract Value
Lot No
5
two.2.2) Additional CPV code(s)
- 90919000 - Office, school and office equipment cleaning services
- 77314000 - Grounds maintenance services
- 90533000 - Waste-tip management services
- 90922000 - Pest-control services
- 79710000 - Security services
- 98351100 - Car park services
- 79993100 - Facilities management services
- 55520000 - Catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the provision of Soft Facilities Management service packages up to £1,000,000. Suppliers to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example ISO9001, ISO41001 etc for commercial buildings, but not limited to this. Suppliers will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £101,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Lot 6 – Soft Facilities Management Services £1m+ annual Call Off Contract Value
Lot No
6
two.2.2) Additional CPV code(s)
- 90919000 - Office, school and office equipment cleaning services
- 79710000 - Security services
- 77314000 - Grounds maintenance services
- 90922000 - Pest-control services
- 90533000 - Waste-tip management services
- 55520000 - Catering services
- 79993100 - Facilities management services
- 98351100 - Car park services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the provision of Soft Facilities Management service packages of £1,000,000 plus. Suppliers to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example ISO9001, ISO41001 etc for commercial buildings, but not limited to this. Suppliers will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £120,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 55
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-014745
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 September 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 September 2024
Local time
12:05pm
Place
N/A
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Pagabo Limited, acting on behalf of Red Kite Learning Trust, is looking to appoint a number of Suppliers to a Framework Agreement to provide a range of Facilities Management services, divided into six lots across multiple geographical areas. The resulting Framework Agreement will deliver services UK wide. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure. This Framework Agreement is being advertised and tendered, so it can be utilised by all public Sector Bodies in the UK, the full list of applicable public sector organisations is available in the Tender synopsis on Pagabo's In- Tend portal - https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1258 .The framework shall have the facility for Client Organisations to Direct Award and Further Compete their requirement.We reserve the right to reallocate the anticipated max lot values during the life of the framework, whilst ensuring that the overall contract notice upper value isn’t amended.The ITT documents can only be accessed when logged into In-Tend. If you are an existing supplier, please log into the system. If you are a new supplier, please make sure you register your company as an initial step on the in-tend website. Select the tab ‘Tenders’ then select ‘Current’. Search for the reference number on the left- hand side of the page and press enter. The tender advert will now be visible. To view the ITT documents, click 'View Details'. This will take you to a new screen, please click 'Express Interest'. Once in the tender there are 5 tabs; 'Tender', 'ITT -documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT docs) where you will find useful information under 'Tender Details'. Continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents. Opting In and out: please note you are required to 'Opt In' before you can access the 'My Tender Return' to start populating your response. The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer wish to receive any further communication in relation to this tender along with the opportunity of providing feedback and comments for this decision. You may amend your decision to ‘Opt In or Out’ at any time during the tender process. This procurement will be evaluated in accordance with the process set out in the bid pack documentation. Pagabo, on behalf of the contracting authority reserves the right to run all stages of the procurement concurrently. Pagabo, on behalf of the contracting authority reserves the right:(i) not to award any framework agreement, as a result of the procurement process, commenced by publication of this notice;(ii) in the event that there is a substantive challenge to the procurement and such challenge is confined to a single lot, Pagabo, on behalf of the contracting authority, reserves the right to the extent that it is lawful to do so to conclude a framework agreement with the successful bidder(s) in respect of the lot(s) that have not been challenged; and(iii) make whatever changes it may see fit to the content and structure of the tendering competition.
six.4) Procedures for review
six.4.1) Review body
High Courts of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As set out in the Public Contracts Regulations 2015