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

Total Facilities Management

  • First published: 09 April 2020
  • Last modified: 09 April 2020

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:
Published by:
London Metropolitan University
Authority ID:
AA23446
Publication date:
09 April 2020
Deadline date:
11 May 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
71315000 Building services Consultative engineering and construction services
90911200 Building-cleaning services Accommodation, building and window cleaning services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90910000 Cleaning services Cleaning and sanitation services
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
79993100 Facilities management services Building and facilities management services
77314000 Grounds maintenance services Planting and maintenance services of green areas
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
79420000 Management-related services Business and management consultancy and related services
90919200 Office cleaning services Office, school and office equipment cleaning services
90922000 Pest-control services Facility related sanitation services
79421000 Project-management services other than for construction work Management-related services
79421100 Project-supervision services other than for construction work Project-management services other than for construction work
79992000 Reception services Miscellaneous business-related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
79710000 Security services Investigation and security 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:
strategic-procurement@londonmet.ac.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.