Opportunity

National Framework for Staffing Solutions

  • Red Kite Learning Trust

F02: Contract notice

Notice reference: 2022/S 000-024978

Published 6 September 2022, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

Red Kite Learning Trust

Arthurs Avenue

Harrogate

HG2 0DZ

Email

tenders@pagabo.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.rklt.co.uk

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/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/pagabo/aspx/home

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 Staffing Solutions

Reference number

AVP-RKLT-1008

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

Added Value Portal t/a Pagabo, on behalf of Red Kite Learning Trust, wishes to appoint a number of Agencies to a Framework Agreement for the provision of both temporary and permanent Workers across a range of geographical areas and types of Worker. The framework will cover the following types of Workers; Cleaning, Catering, Teaching, Clerical, Maintenance and IT. The framework is divided into 8 lots, where lots 1 and 2 are divided into 4 geographical areas each and lots 3 – 8 are each divided into 19 geographical area, giving a total of 122 sub-lots. The Framework Agreement will be established for a period of 4 years, with an option to extend after the third year, for a further year. This Framework Agreement is being advertised and tendered, so it can be utilised by all public-sector bodies (including Charities) in the UK, the full list is available in the Tender synopsis on the In- Tend portal – https://in-tendhost.co.uk/pagabo/aspx/home

two.1.5) Estimated total value

Value excluding VAT: £750,000,000

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 - Master Vendor

Lot No

1

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of a Master Vendor Agency, which is able to provide all Worker Types covered by lots 3 to 8 and can then manage a supply chain of other agencies with aim of increasing both the talent pool available to a Client Organisation through supplementing the Master Vendor’s own talent pool and also the fulfilment rate of a Client Organisation’s recruitment requirements. Any Agency appointed to carry out the role of a Master Vendor, will be required to ensure that at least 20% of all appointments are via their supply chain. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £300,000,000

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 - Neutral Vendor

Lot No

2

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of a Neutral Vendor which will manage a supply chain of other agencies, covering all the Worker types in lots 3 to 8 inclusive. Any Agency appointed to carry out the role of a Neutral Vendor, will not provide any Worker types directly, all appointments are to be fulfilled via the Appointed Agency’s supply chain. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £37,500,000

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 - Catering Staff

Lot No

3

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of kitchen managers / managing chefs, chefs, kitchen staff including cooks, kitchen assistants, or any other role associated with the running of a kitchen and the preparation of food. Agencies appointed to this lot are expected to have their own pool of suitable workers and are not to use 3rd party Agencies. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £75,000,000

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 - Cleaning Staff

Lot No

4

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of cleaners, cleaning supervisors, cleaning managers, or any other role associated with the cleaning of a work environment. Agencies appointed to this lot are expected to have their own pool of suitable workers and are not to use 3rd party Agencies. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £75,000,000

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 - Teaching Staff

Lot No

5

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will cover the provision, for both SEND and non-SEND settings, of Teachers (all pay grades), Teaching Support Staff and Tutors. Agencies appointed to this lot are expected to have their own pool of suitable workers and are not to use 3rd party Agencies. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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 6 - Office and Clerical Staff

Lot No

6

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of office support roles, including receptionists, general admin staff, or any other role associated with the functioning of an office environment. Agencies appointed to this lot are expected to have their own pool of suitable workers and are not to use 3rd party Agencies. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £45,000,000

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 7 - Facilities Management Staff

Lot No

7

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of facilities management support roles, including maintenance staff, caretakers, security staff, or any other role associated with the management of the work environments facilities. Agencies appointed to this lot are expected to have their own pool of suitable workers and are not to use 3rd party Agencies. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £37,500,000

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 8 - IT Staff

Lot No

8

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for the provision of staff responsible for the maintenance of an organisation’s information technology infrastructure, including network managers, network technicians, systems administrators, support staff, IT technicians, or any other role associated with the management of an organisations IT infrastructure. Agencies appointed to this lot are expected to have their own pool of suitable workers and are not to use 3rd party Agencies. Whilst the total lot value is as accurate as possible at this moment in time, based on current information, the Contracting Authority and Framework Manager reserves the right to reallocate the values between lots, without affecting the overall framework value. Should this occur, then all affected Agencies will be notified.

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: £30,000,000

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

The tendering Agency must hold and maintain certification with one or more approved Accreditation Body, as follows: The British Institute of Recruiters (BIOR), Recruitment and Employment Confederation (REC), Association of Professional Staffing Companies (APSCo), Standards in Recruitment (SiR). The tendering Agency must also hold and maintain certification with the following ISO accreditations: ISO 9001:2015 and ISO 14001:2015.The tendering Agency must, as a minimum, hold and maintain the Cyber Security Essential accreditation.

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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Duration does not exceed 4 years

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

6 October 2022

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

6 October 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Added Value Portal t/a Pagabo, on behalf of Red Kite Learning Trust, the Contracting Authority, wishes to appoint a number of Agencies to a Framework Agreement for the provision of both temporary and permanent Workers across a range of geographical areas and types of Worker. The framework will cover the following types of Workers; Cleaning, Catering, Teaching, Clerical, Maintenance and IT. The framework is divided into 8 lots, where lots 1 and 2 are further divided in to 4 geographical areas and lots 3 – 8 are further divided into 19 geographical area, giving a total of 122 sub-lots. The Framework Agreement will be established for a period of 4 years, with no option to extend. This Framework Agreement is being advertised and tendered, so it can be utilised by all public-sector bodies (including Charities) in the UK, the full list is available in the Tender synopsis on the In- Tend portal – https://in- tendhost.co.uk/pagabo. The procurement will be a single stage process following the Public Contract Regulations 2015 open procedure. The resulting framework will be UK wide and will be available to all UK Public Sector Bodies. 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 onthe 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. In no circumstances will Pagabo or the contracting authority be liable for any costs incurred by the bidders.

six.4) Procedures for review

six.4.1) Review body

High Court 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 Directive 2014/24/EU.