Tender

Facilities Management Services including TUPE

SAINT GREGORY'S CATHOLIC COLLEGE

This public procurement record has 1 release in its history.

Tender

25 Jul 2025 at 13:02

Summary of the contracting process

Saint Gregory's Catholic College is seeking to appoint an experienced Facilities Management partner for an integrated service covering its Bath estate. The tender, titled "Facilities Management Services including TUPE," targets the services industry and is part of the procurement process under the open procedure. The procurement is governed by the Procurement Act 2023 light-touch regime for above-threshold services. Interested bidders are to submit their proposals by 23:59 on 19 August 2025, with the enquiry period ending on 7 August 2025. This opportunity is managed through an electronic submission on the education portal.

This tender provides a compelling opportunity for businesses specialising in facilities management, particularly those with expertise in statutory compliance, reactive and planned maintenance, and value-for-money service delivery. Companies that offer comprehensive services including waste management, grounds maintenance, energy management, and staff management under TUPE conditions could significantly benefit from this contract. The successful bidder will secure a lucrative position as the single accountable FM solution for the college, with a potential contract period extending up to five years contingent on performance and mutual agreement. Businesses focused on quality, price, and social value, as per the Most Economically Advantageous Tender criteria, will be well-positioned to compete.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Facilities Management Services including TUPE

Notice 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.

Lot Information

Lot LOT-0001

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-056650
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043148-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

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

Notice Value(s)

Tender Value
£1,225,000 £1M-£10M
Lots Value
£1,225,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jul 20257 months ago
Submission Deadline
19 Aug 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
27 Oct 2025 - 26 Oct 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SAINT GREGORY'S CATHOLIC COLLEGE
Contact Name
Not specified
Contact Email
sheldona@st-gregorys.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BATH
Postcode
BA2 8PA
Post Town
Bath
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
Bath and North East Somerset
Electoral Ward
Odd Down
Westminster Constituency
Bath

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-056650-2025-07-25T14:02:00+01:00",
    "date": "2025-07-25T14:02:00+01:00",
    "ocid": "ocds-h6vhtk-056650",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-UKPRN-10017344",
            "name": "Saint Gregory's Catholic College",
            "identifier": {
                "scheme": "GB-UKPRN",
                "id": "10017344"
            },
            "address": {
                "streetAddress": "Combe Hay Lane",
                "locality": "Bath",
                "postalCode": "BA2 8PA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "sheldona@st-gregorys.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-UKPRN-10017344",
        "name": "Saint Gregory's Catholic College"
    },
    "planning": {
        "noEngagementNoticeRationale": "The school held a single-supplier scoping discussion to refine scope and budget. Full details of that engagement and any information disclosed have been included in the tender documents (see Appendix C) to ensure no supplier is advantaged"
    },
    "tender": {
        "id": "ocds-h6vhtk-056650",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Facilities Management Services including TUPE",
        "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.",
        "status": "active",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50720000",
                        "description": "Repair and maintenance services of central heating"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50740000",
                        "description": "Repair and maintenance services of escalators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50750000",
                        "description": "Lift-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314200",
                        "description": "Energy-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317000",
                        "description": "Hazard protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79713000",
                        "description": "Guard services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79715000",
                        "description": "Patrol services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90921000",
                        "description": "Disinfecting and exterminating services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90922000",
                        "description": "Pest-control services"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "value": {
            "amountGross": 1470000,
            "amount": 1225000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://in-tendhost.co.uk/educationportal/aspx/Home Tenders must be returned via this portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-08-19T23:59:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-08-07T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-22T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "LOT-0001",
                "status": "active",
                "value": {
                    "amountGross": 1470000,
                    "amount": 1225000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qulity",
                            "description": "Assessed on method statements covering statutory compliance, planned maintenance, people & engagement, and sustainability (see ITT Section 2)",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "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.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "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",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-10-27T00:00:00+00:00",
                    "endDate": "2028-10-26T23:59:59+00:00",
                    "maxExtentDate": "2030-10-26T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "To obtain the full set of tender documents please register as a supplier on the In-Ted Education Portal, and then express an interest.",
                "url": "https://in-tendhost.co.uk/educationportal/aspx/Home"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "043148-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043148-2025",
                "datePublished": "2025-07-25T14:02:00+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment terms as per draft contract"
        },
        "riskDetails": "KPIs as per tender documents"
    },
    "language": "en"
}