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 Award Notice

Total Facilities Management

  • First published: 24 December 2020
  • Last modified: 24 December 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:
24 December 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University has awarded a contract for the provision of hard and soft FM services including (but not limited to) the following services:

— Hard FM management, helpdesk and CAFM for all FM services, building maintenance, lift maintenance, minor works and related services,

— Soft FM management, grounds maintenance, helpdesk, ad-hoc and related security, cleaning, pest control, energy/utilities and waste management.

The primary aim of the contract 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.

Service provision includes a strong customer focus and working collaboratively with the University to deliver value for money, innovative service solutions and continuous improvement.

The 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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

London Metropolitan University

166-220 Holloway Road

London

N7 8DB

UK

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.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’) has awarded a contract for the provision of its hard FM, soft FM, lift maintenance and ad-hoc/ancillary facilities management services under a total FM and integrated service model.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 35 000 000.00  GBP

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 has awarded a contract for the provision of hard and soft FM services including (but not limited to) the following services:

— Hard FM management, helpdesk and CAFM for all FM services, building maintenance, lift maintenance, minor works and related services,

— Soft FM management, grounds maintenance, helpdesk, ad-hoc and related security, cleaning, pest control, energy/utilities and waste management.

The primary aim of the contract 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.

Service provision includes a strong customer focus and working collaboratively with the University to deliver value for money, innovative service solutions and continuous improvement.

The 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.

II.2.5) Award criteria

Quality criterion: Service delivery approach and methodology / Weighting: 30 %

Quality criterion: Management and personnel resourcing / Weighting: 10 %

Quality criterion: Sourcing, added and social value / Weighting: 10 %

Quality criterion: Compliance and risk / Weighting: 10 %

Cost criterion: Financial/commercial / Weighting: 40 %

II.2.11) Information about options

Options: Yes

Description of options:

Options for ad-hoc, ancillary and supplemental services. The initial service period is 5 years from full service commencement, with options to extend the contract term for up to an additional 48 months (based on two options to extend for periods of 24 months each). The 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 including in respect of (but not limited to), hard FM services, soft FM services, energy/utilities and minor works; the estimated total contract value set out in this notice may vary accordingly over the contract term.

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 071-170004

Section V: Award of contract

Title: Total Facilities Management

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/11/2020

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CBRE Managed Services Ltd

City Bridge House, 61 Southwark Street

London

SE1 0HL

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 35 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted:

The contractor is responsible for managing sub-contracting of applicable services, supplies and works, and may be required to scale provision for reasons related (but not limited to) changes in campus configuration, gross floor area and/or University service requirements over the contract period; the proportion/value of subcontracting may vary accordingly during the term.

Section VI: Complementary information

VI.3) Additional information

The University selected the competitive procedure with Negotiation as its needs could not be met without adaptation of readily available solutions, the contract requirements included innovative solutions and because of specific circumstances related to the nature, the complexity or the legal and financial make-up and related risks. The University reserved the right to require company guarantees, bonds and other forms of security in a form acceptable to the University.

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.4.2) Body responsible for mediation procedures

London Metropolitan University

London

UK

E-mail: strategic-procurement@londonmet.ac.uk

VI.4.4) Service from which information about the review procedure may be obtained

London Metropolitan University

London

UK

E-mail: strategic-procurement@londonmet.ac.uk

VI.5) Date of dispatch of this notice

21/12/2020

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.