Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/043148-2025
25th July 2025 - Tender notice on Find a Tender -
https://in-tendhost.co.uk/educationportal/aspx/Home
To obtain the full set of tender documents please register as a supplier on the In-Ted Education Portal, and then express an interest.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}