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

National Framework for Staffing Solutions

  • First published: 07 September 2022
  • Last modified: 07 September 2022
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-036643
Published by:
Red Kite Learning Trust
Authority ID:
AA62291
Publication date:
07 September 2022
Deadline date:
06 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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: tenders@pagabo.co.uk

NUTS: UK

Internet address(es)

Main address: www.rklt.co.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


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


I.4) Type of the contracting authority

Other: Education

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Framework for Staffing Solutions

Reference number: AVP-RKLT-1008

II.1.2) Main CPV code

79600000

 

II.1.3) Type of contract

Services

II.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

II.1.5) Estimated total value

Value excluding VAT: 750 000 000.00  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

Lot 1 - Master Vendor

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 2

II.2.1) Title

Lot 2 - Neutral Vendor

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 37 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 3

II.2.1) Title

Lot 3 - Catering Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 75 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 4

II.2.1) Title

Lot 4 - Cleaning Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 75 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 5

II.2.1) Title

Lot 5 - Teaching Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 150 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 6

II.2.1) Title

Lot 6 - Office and Clerical Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 45 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 7

II.2.1) Title

Lot 7 - Facilities Management Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 37 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 8

II.2.1) Title

Lot 8 - IT Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79620000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

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:

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.

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

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: Duration does not exceed 4 years

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: 06/10/2022

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 06/10/2022

Local time: 12:01

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

As set out in the Public Contracts Directive 2014/24/EU.

VI.5) Date of dispatch of this notice

06/09/2022

Coding

Commodity categories

ID Title Parent category
79610000 Placement services of personnel Recruitment services
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security
79620000 Supply services of personnel including temporary staff Recruitment 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:
tenders@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.