Tender

Estates & Facilities Management Neutral Vendor Framework

  • HAT Enterprises Ltd

F02: Contract notice

Notice identifier: 2024/S 000-029375

Procurement identifier (OCID): ocds-h6vhtk-049795

Published 13 September 2024, 12:06pm



The closing date and time has been changed to:

4 November 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

HAT Enterprises Ltd

Blacksmiths Lane

Rainham

RM13 7AH

Contact

Josie Medforth

Email

josie.medforth@phplaw.co.uk

Telephone

+44 7857426127

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.hornchurchacademy.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Estates & Facilities Management Neutral Vendor Framework

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The Trust’s Trading Subsidiary, Hat Enterprises Ltd as the “Contracting Authority”, is tendering for a single Contractor as the “Neutral Vendor” Framework provider, to provide estates and facilities management services via their supply chain of suppliers, from which Public Sector users, as the “Clients”, will be able to procure services and works via Call-Off Contracts from the Framework

two.1.5) Estimated total value

Value excluding VAT: £4,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services
  • 15000000 - Food, beverages, tobacco and related products
  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32400000 - Networks
  • 32500000 - Telecommunications equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases
  • 38430000 - Detection and analysis apparatus
  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 48000000 - Software package and information systems
  • 55000000 - Hotel, restaurant and retail trade services
  • 55900000 - Retail trade services
  • 66000000 - Financial and insurance services
  • 66100000 - Banking and investment services
  • 66114000 - Financial leasing services
  • 66500000 - Insurance and pension services
  • 66700000 - Reinsurance services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79600000 - Recruitment services
  • 79620000 - Supply services of personnel including temporary staff
  • 80000000 - Education and training services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09123000 - Natural gas
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09310000 - Electricity
  • 09331000 - Solar panels
  • 16000000 - Agricultural machinery
  • 18100000 - Occupational clothing, special workwear and accessories
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31440000 - Batteries
  • 31500000 - Lighting equipment and electric lamps
  • 38421100 - Water meters
  • 38550000 - Meters
  • 38551000 - Energy meters
  • 38700000 - Time registers and the like; parking meters
  • 38800000 - Industrial process control equipment and remote-control equipment
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42000000 - Industrial machinery
  • 43300000 - Construction machinery and equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 55520000 - Catering services
  • 55524000 - School catering services
  • 60000000 - Transport services (excl. Waste transport)
  • 65000000 - Public utilities
  • 65100000 - Water distribution and related services
  • 65200000 - Gas distribution and related services
  • 65300000 - Electricity distribution and related services
  • 65400000 - Other sources of energy supplies and distribution
  • 65500000 - Meter reading service
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71314000 - Energy and related services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 77300000 - Horticultural services
  • 77312000 - Weed-clearance services
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79993000 - Building and facilities management services
  • 85112000 - Hospital support services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90500000 - Refuse and waste related services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90919000 - Office, school and office equipment cleaning services
  • 90922000 - Pest-control services
  • 98310000 - Washing and dry-cleaning services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 55500000 - Canteen and catering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

UK, excluding Scotland

two.2.4) Description of the procurement

The Neutral Vendor Framework provider will be capable of delivering the estates and facilities services via its suitable pre-accredited supply chain. They will not directly provide the services themselves and must maintain and evidence neutrality when accrediting and managing their suppliers.

The overall aim of this Framework is to enable a compliant dynamic route to market, providing Customers with an efficient procurement process, accessing pre-accredited Suppliers that are suitable to deliver their requirements, whilst also delivering value for money.

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: £4,000,000,000

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: Yes

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

Whilst certain CPV codes have been listed in this notice, that due to the flexibility and nature

of the framework and its need to provide any goods, services and works under any CPV code as per the prime directive that any and all CPV codes are entitled to be used in call-offs against this framework in the future by any Contracting Authority.


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 stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

as stated in the procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 a single operator

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 000-028082

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 October 2024

Local time

12:00pm

Changed to:

Date

4 November 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

24 October 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

For the avoidance of doubt, the Framework Agreement is intending for use by ALL UK Contracting Authorities.

It includes but is not limited to education establishments (schools, academies, colleges, universities), central government departments (and their agencies), non-departmental public bodies, local government authorities, health and social care establishments (including NHS trusts), emergency services, registered social landlords, and registered charities.

Where a Contracting Authority is not listed specifically but is deemed by the UK Government to be classed as a UK Contracting Authority or a new Contracting Authority is established, it may still access the Framework.

Education establishments

The list of establishments is provided in Appendix A of Document 2 Specification

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232745.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232745)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Hornchurch Academy Trust

Blacksmiths Lane

Rainham

RM13 7AH

Email

office@whybridge-jun.havering.sch.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Hornchurch Academy Trust

Blacksmiths Lane

Rainham

RM13 7AH

Email

office@whybridge-jun.havering.sch.uk

Country

United Kingdom