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.

UK4

Facilities Management Services including TUPE

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-056650
Published by:
Saint Gregory's Catholic College
Authority ID:
AA87268
Publication date:
28 July 2025
Deadline date:
20 August 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

St Gregory's Catholic College ("the Authority") seeks to appoint an experienced Facilities-Management (FM) partner to deliver an integrated hard- and soft-FM service across the College's estate in Bath (postcode BA2 8PA). The successful contractor will assume single-point responsibility for statutory compliance, reactive and planned maintenance, staff management and value-for-money service delivery, in line with the Procurement Act 2023 light-touch regime for above-threshold services.The contract will support the school's objective of moving from a mixed in-house / multi-supplier model to a single accountable FM solution.Scope of ServicesThe Authority expects tenders to cover, as a minimum, the functions listed below:• TUPE and management of existing staff teams (see Appendix 2) and note core and variant bids• Waste Management • Security (inclusion locking and unlocking, as required)• Grounds Maintenance (including upkeep of sports field) • Ongoing repairs and maintenance • Rolling decoration programme • Energy Management • Servicing of all Boilers and other Plant • Porterage services, as required in operational hours • Management of digitised premises system • Management of school risk assessments and risk registers • Asbestos management • Purchasing of required materials • Reporting to Senior Leaders and Governors (and any other stakeholders, as required)• Liaising with other key stakeholders as required (Local Authority; HSE; DFE) • Full project delivery for minor works Procurement Procedure:Notice type: UK4 - Tender notice (light-touch contract).Procedure: Open procedure (standard 25-day tender period; no reduction applied).Electronic submission: All documents must be downloaded and returned via the linked e-tender portal.Evaluation: Most Economically Advantageous Tender (MEAT) - split 50 % Quality / 40 % Price / 10 % Social Value, detailed criteria in the ITT.Preliminary market engagement: A single supplier meeting was held to scope requirements; information shared has been incorporated into the tender pack in accordance with PA 2023 s.16-17.Please see Appendix E for an indicative timescale.

Full notice text

Scope

Procurement description

St Gregory's Catholic College ("the Authority") seeks to appoint an experienced Facilities-Management (FM) partner to deliver an integrated hard- and soft-FM service across the College's estate in Bath (postcode BA2 8PA). The successful contractor will assume single-point responsibility for statutory compliance, reactive and planned maintenance, staff management and value-for-money service delivery, in line with the Procurement Act 2023 light-touch regime for above-threshold services.

The contract will support the school's objective of moving from a mixed in-house / multi-supplier model to a single accountable FM solution.

Scope of Services

The Authority expects tenders to cover, as a minimum, the functions listed below:

• TUPE and management of existing staff teams (see Appendix 2) and note core and variant bids

• Waste Management

• Security (inclusion locking and unlocking, as required)

• Grounds Maintenance (including upkeep of sports field)

• Ongoing repairs and maintenance

• Rolling decoration programme

• Energy Management

• Servicing of all Boilers and other Plant

• Porterage services, as required in operational hours

• Management of digitised premises system

• Management of school risk assessments and risk registers

• Asbestos management

• Purchasing of required materials

• Reporting to Senior Leaders and Governors (and any other stakeholders, as required)

• Liaising with other key stakeholders as required (Local Authority; HSE; DFE)

• Full project delivery for minor works

Procurement Procedure:

Notice type: UK4 - Tender notice (light-touch contract).

Procedure: Open procedure (standard 25-day tender period; no reduction applied).

Electronic submission: All documents must be downloaded and returned via the linked e-tender portal.

Evaluation: Most Economically Advantageous Tender (MEAT) - split 50 % Quality / 40 % Price / 10 % Social Value, detailed criteria in the ITT.

Preliminary market engagement: A single supplier meeting was held to scope requirements; information shared has been incorporated into the tender pack in accordance with PA 2023 s.16-17.

Please see Appendix E for an indicative timescale.

Main category

Services

Total value (estimated, excluding VAT)

1225000 GBP to 1225000GBP

Contract dates (estimated)

27 October 2025, 00:00AM to 27 October 2028, 00:59AM

Extension end date (if all the extensions are used): 27 October 2030

Contracting authority

Saint Gregory's Catholic College

Identification register:

  • GB-UKPRN

Address 1: Combe Hay Lane

Town/City: Bath

Postcode: BA2 8PA

Country: United Kingdom

UK Register of Learning Providers (UKPRN number): 10017344

NUTS code: UKK12

Email: sheldona@st-gregorys.org.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Lots

Divided into 1 lots

Lot number: LOT-0001

CPV classifications

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 71314200 - Energy-management services
  • 71317000 - Hazard protection and control consultancy services
  • 77314000 - Grounds maintenance services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 79993000 - Building and facilities management services
  • 90921000 - Disinfecting and exterminating services
  • 90922000 - Pest-control services

Lot value (estimated)

1225000 AED Excluding VAT

1470000 AED Including VAT

Contract start date (estimated)

27 October 2025, 00:00AM

Contract end date (estimated)

27 October 2028, 00:59AM

Extension end date (estimated)

27 October 2030, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The initial contract term will be three (3) years from the anticipated service-commencement date (27 October 2025 - 26 October 2028).

The Authority reserves the right, at its sole discretion, to extend the contract by up to two (2) additional periods of twelve (12) months each (maximum total duration five (5) years, ending 26 October 2030).

An extension may be exercised by the Authority giving written notice no later than three (3) months before the current term expires. In deciding whether to exercise an extension the Authority may take into account, but is not limited to, the following factors:

• the Contractor's performance against the Key Performance Indicators and statutory-compliance obligations;

• the availability of sufficient budget and funding approvals;

• mutual agreement on any service development or price adjustment in line with the CPI-linked formula set out in the contract; and

• any other operational, strategic, or commercial considerations that the Authority deems relevant.

No further extensions beyond these two optional years will be permitted under this notice.

Award criteria

Type: quality

Name

Qulity

Description

Assessed on method statements covering statutory compliance, planned maintenance, people & engagement, and sustainability (see ITT Section 2)

Weighting: 50

Weighting type: percentageExact

Type: price

Name

Price

Description

Price is scored only on the core staffing scenario (2.00 FTE). Bidders must also price the 2.33 FTE variant, but that figure is collected for information only and is not scored. The Authority reserves the right to award the contract on either staffing option at the prices submitted.

Weighting: 40

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Evaluated against Social Value Model themes: local employment and carbon reduction, as set out in ITT Section 4

Weighting: 10

Weighting type: percentageExact

Contract terms and risks

Payment terms

Payment terms as per draft contract

Description of risks to contract performance

KPIs as per tender documents

Submission

Tender submission deadline

20 August 2025, 00:59AM

Enquiry deadline

07 August 2025, 18:00PM

Date of award of contract

23 September 2025, 00:59AM

Submission address and any special instructions

https://in-tendhost.co.uk/educationportal/aspx/HomeTenders must be returned via this portal.

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Tender submission deadline

20 August 2025, 00:59AM

Enquiry deadline

07 August 2025, 18:00PM

Date of award of contract

23 September 2025, 00:59AM

Submission address and any special instructions

https://in-tendhost.co.uk/educationportal/aspx/HomeTenders must be returned via this portal.

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
79993000 Building and facilities management services Miscellaneous business-related services
90921000 Disinfecting and exterminating services Facility related sanitation services
71314200 Energy-management services Energy and related services
77314000 Grounds maintenance services Planting and maintenance services of green areas
79713000 Guard services Security services
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
50750000 Lift-maintenance services Repair and maintenance services of building installations
79715000 Patrol services Security services
90922000 Pest-control services Facility related sanitation services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50740000 Repair and maintenance services of escalators Repair and maintenance services of building installations

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:
N/a
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.