Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Metropolitan University
166-220 Holloway Road
London
N7 8DB
UK
Contact person: Ian Christopher
E-mail: strategic-procurement@londonmet.ac.uk
NUTS: UKI43
Internet address(es)
Main address: www.londonmet.ac.uk
Address of the buyer profile: www.londonmet.ac.uk/about/procurement/tender-and-contract-opportunities
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/londonmetuni/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/londonmetuni/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Total Facilities Management
Reference number: LMU2020-1329
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
London Metropolitan University (‘LMU’ or ‘the University’) seeks proposals for provision of hard FM, soft FM, lift maintenance and ad-hoc/ancillary facilities management services under a total FM and integrated service model.
II.1.5) Estimated total value
Value excluding VAT:
42 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79993100
50710000
79420000
79421100
79710000
79992000
90911200
90910000
90900000
90911000
77314000
79421000
90500000
90919200
90922000
50750000
42416100
71314000
71314200
71314300
71315000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The University requires the provision of hard and soft FM services potentially including (but not limited to) the following services:
— hard FM management, helpdesk and CAFM for all FM services, building maintenance, minor works, lift maintenance,
— Soft FM management, grounds maintenance, helpdesk, ad-hoc and related security, cleaning, waste management, pest control.
The primary aim of the procurement is to consistently deliver high quality standards of service across the University’s campuses and related facilities, with service delivery practices and methodologies which can be monitored and measured accordingly.
We seek a TFM service provider with strong customer focus who is able to work collaboratively with the University and deliver value for money, innovative service solutions and continuous improvement.
The successful contractor may be required to scale service provision for reasons related (but not limited to) changes in campus configuration, gross floor area and/or University service requirements over the contract period.
Expressions of interest are invited from candidates who should complete the selection questionnaire and who will need to demonstrate competency and experience in managing similar contract requirements, and the ability to procure the appropriate supply chain as principal contractor.
Further details of this procurement are set out in the SQ and ITT on the In-tend website referred to in Section I.3) above.
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:
Extension options for an additional period or periods of up to a further 48 months after the initial 5-year term.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Proposals for options may be sought in relation to ad-hoc, ancillary and supplemental services.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2.2) Contract performance conditions
Set out in the procurement documents.
The University may require any joint venture or consortium, if successful, to form a single legal entity to enter into the contract with the University, or to sign undertakings that each member will be jointly and severally liable.
The appointed contractor will be entitled to sub-contract the services but will not be relived of liability under the contract for any sub-contracted services.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:
11/05/2020
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The University reserves the right to require parent company guarantees, bonds or other forms of security in a form acceptable to the University.
Bidders will be required to provide details of certain staff it proposes to assign to perform the contract in their tender submissions. Details of this requirement are set out in the ITT and related procurement documents.
The University has selected the competitive procedure with negotiation as its needs cannot be met without adaptation of readily available solutions, the procurement requirements include seeking innovative solutions and the contract may not be able to be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial make-up and related risks.
All expressions of interest in response to this contract notice must be uploaded via the In-Tend website portal at the URL mentioned above.
Further general information about the University can be obtained from the University's website at www.londonmet.ac.uk
VI.4) Procedures for review
VI.4.1) Review body
London Metropolitan University
166-220 Holloway Road
London
N7 8DB
UK
E-mail: strategic-procurement@londonmet.ac.uk
VI.5) Date of dispatch of this notice
08/04/2020