Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Dynamic Purchasing System for Soft FM Services

  • First published: 29 April 2022
  • Last modified: 29 April 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0331ac
Published by:
Red Kite Learning Trust
Authority ID:
AA62291
Publication date:
29 April 2022
Deadline date:
18 May 2027
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Red Kite Learning Trust

Arthurs Avenue

Harrogate

HG2 0DZ

UK

E-mail: dps@pagabo.co.uk

NUTS: UKE22

Internet address(es)

Main address: https://www.rklt.co.uk

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned 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


I.4) Type of the contracting authority

Other: Education Establishment

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System for Soft FM Services

Reference number: AVP-RKLT-1006

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.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

II.1.5) Estimated total value

Value excluding VAT: 75 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

£0-£250k Soft Facilities Management

II.2.2) Additional CPV code(s)

79993000

79713000

65111000

92222000

79711000

90713100

90922000

90500000

79710000

79715000

32231000

55500000

75241000

90919000

98351100

90524000

55523000

71800000

55524000

71600000

98351000

90919200

79993100

50530000

90911000

90919300

55520000

90910000

90513000

71314100

55522000

90914000

72253100

72253000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the Applicable Public Sector Organisations document available on My Pagabo for a detailed overview

Lot No: 2

II.2.1) Title

£250k - £1m Soft Facilities Management

II.2.2) Additional CPV code(s)

79993000

79713000

72253100

65111000

90514000

92222000

79711000

71621000

90713100

90922000

90500000

79710000

79715000

79993100

55500000

75241000

90524000

55523000

71800000

55524000

98351000

33141000

90919200

50530000

90911000

90919300

55520000

90910000

90513000

71314100

90511000

71632000

55522000

90914000

72253000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the Applicable Public Sector Organisations document available on My Pagabo for a detailed overview

Lot No: 3

II.2.1) Title

£1m and above Soft Facilities Management

II.2.2) Additional CPV code(s)

79993000

79713000

72253100

65111000

90514000

92222000

79711000

71632000

90922000

79710000

79715000

79993100

55500000

90919000

90524000

55523000

71800000

55524000

98351000

90713100

50530000

90911000

90919300

55520000

90910000

90513000

55510000

71314100

90511000

55522000

90914000

72253000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the Applicable Public Sector Organisations document available on My Pagabo for a detailed overview

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 18/05/2027

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

28/04/2022

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
79711000 Alarm-monitoring services Security services
79993000 Building and facilities management services Miscellaneous business-related services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
55510000 Canteen services Canteen and catering services
90914000 Car park cleaning services Cleaning services
98351000 Car park management services Civic-amenity services
98351100 Car park services Car park management services
55520000 Catering services Canteen and catering services
55523000 Catering services for other enterprises or other institutions Catering services
55522000 Catering services for transport enterprises Catering services
90910000 Cleaning services Cleaning and sanitation services
92222000 Closed circuit television services Television services
32231000 Closed-circuit television apparatus Radio transmission apparatus with reception apparatus
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
33141000 Disposable non-chemical medical consumables and haematological consumables Medical consumables
65111000 Drinking-water distribution Water distribution
71314100 Electrical services Energy and related services
79993100 Facilities management services Building and facilities management services
79713000 Guard services Security services
72253000 Helpdesk and support services System and support services
72253100 Helpdesk services Helpdesk and support services
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90919200 Office cleaning services Office, school and office equipment cleaning services
90919000 Office, school and office equipment cleaning services Cleaning services
79715000 Patrol services Security services
90922000 Pest-control services Facility related sanitation services
75241000 Public security services Public security, law and order services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90514000 Refuse recycling services Refuse disposal and treatment
50530000 Repair and maintenance services of machinery Repair and maintenance services for pumps, valves, taps and metal containers and machinery
55524000 School catering services Catering services
90919300 School cleaning services Office, school and office equipment cleaning services
79710000 Security services Investigation and security services
71621000 Technical analysis or consultancy services Analysis services
71632000 Technical testing services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
dps@pagabo.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.