Notice Information
Notice Title
Provision of Maintenance 2023
Notice Description
Delivery of the maintenance service across academic and residential areas. The Service Provider is responsible for providing an effective and efficient maintenance service to all In- Scope properties, assets and systems to the BESA SFG20 standards.
Lot Information
Lot 1
Delivery of the maintenance service across academic and residential areas. The Service Provider is responsible for providing an effective and efficient maintenance service to all In- Scope properties, assets and systems to the BESA SFG20 standards. Provide a safe and clean working environment at all times. Use a standardised and simple operating model to deliver, manage and develop the Maintenance Services. Apply optimised Maintenance and Service Standards as set out within the Contract for different building functions, asset types and Services. Undertake through the life of the contract to optimise the Maintenance regimes to align with affordability and appetite for business risk determined by the University. No changes to the Service standards or levels of service are to be implemented without the University's agreement. Maintain up to date and accurate Asset information of all assets irrespective of their being in or out of scope of maintenance. Apply Asset Management practice to inform future investment into the University's property portfolio based upon remaining life and criticality assessments of all assets. Provide visibility of all costs and prices of delivering the Services. Provide visibility of Management Information Reports on all aspects of the Services and provide all reasonable support to the University's team in retrieving, providing and analysing management data. A cost breakdown (made up of labour, materials, plant, Sub Contractors, overheads and profit) of all Reactive Services will be provided to the University by the Service Provider as required and within 10 working days of any such request. Focus on performance and continuous improvement of the Maintenance Services provided throughout the Term of the Contract. The Service Provider will work with the University in a proactive manner to ensure that the University receives exceptional quality across the Services and further synergy related savings over the life of the Contract. Provide a highly professional service, which is innovative, scalable, flexible and adaptable - recognising a changing business environment, and the evolution of University needs. Optimise financial performance by providing efficiencies in service delivery which, as a minimum, mitigate against the risk of price inflation. The Service Provider will provide all temporary access equipment required in order to provide the Services. All temporary access equipment must be appropriately stored at all times when not in use. All Equipment used by the Service Provider will be suitable for the task and examined and tested in line with statutory and Health and Safety requirements. Full testing and insurance certificates of access equipment will be made available for inspection by the University. Equipment will only be used by suitably trained and skilled operatives having undertaken appropriate risk assessments and fully familiarised themselves with safe working methodology. Operative training certificates must also be provided for the safe use of such access equipment.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03bc6e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026367-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £18,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £9,100,000 £1M-£10M
Notice Dates
- Publication Date
- 19 Aug 20241 years ago
- Submission Deadline
- 4 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Jul 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE UNIVERSITY OF WESTMINSTER
- Contact Name
- Steve Phelps
- Contact Email
- phelpss@westminster.ac.uk
- Contact Phone
- +44 7725138435
Buyer Location
- Locality
- LONDON
- Postcode
- W1B 2HW
- Post Town
- West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- West End
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-03bc6e-2024-08-19T18:05:04+01:00",
"date": "2024-08-19T18:05:04+01:00",
"ocid": "ocds-h6vhtk-03bc6e",
"initiationType": "tender",
"tender": {
"id": "DN663448",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Maintenance 2023",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "Delivery of the maintenance service across academic and residential areas. The Service Provider is responsible for providing an effective and efficient maintenance service to all In- Scope properties, assets and systems to the BESA SFG20 standards.",
"value": {
"amount": 18000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Delivery of the maintenance service across academic and residential areas. The Service Provider is responsible for providing an effective and efficient maintenance service to all In- Scope properties, assets and systems to the BESA SFG20 standards. Provide a safe and clean working environment at all times. Use a standardised and simple operating model to deliver, manage and develop the Maintenance Services. Apply optimised Maintenance and Service Standards as set out within the Contract for different building functions, asset types and Services. Undertake through the life of the contract to optimise the Maintenance regimes to align with affordability and appetite for business risk determined by the University. No changes to the Service standards or levels of service are to be implemented without the University's agreement. Maintain up to date and accurate Asset information of all assets irrespective of their being in or out of scope of maintenance. Apply Asset Management practice to inform future investment into the University's property portfolio based upon remaining life and criticality assessments of all assets. Provide visibility of all costs and prices of delivering the Services. Provide visibility of Management Information Reports on all aspects of the Services and provide all reasonable support to the University's team in retrieving, providing and analysing management data. A cost breakdown (made up of labour, materials, plant, Sub Contractors, overheads and profit) of all Reactive Services will be provided to the University by the Service Provider as required and within 10 working days of any such request. Focus on performance and continuous improvement of the Maintenance Services provided throughout the Term of the Contract. The Service Provider will work with the University in a proactive manner to ensure that the University receives exceptional quality across the Services and further synergy related savings over the life of the Contract. Provide a highly professional service, which is innovative, scalable, flexible and adaptable - recognising a changing business environment, and the evolution of University needs. Optimise financial performance by providing efficiencies in service delivery which, as a minimum, mitigate against the risk of price inflation. The Service Provider will provide all temporary access equipment required in order to provide the Services. All temporary access equipment must be appropriately stored at all times when not in use. All Equipment used by the Service Provider will be suitable for the task and examined and tested in line with statutory and Health and Safety requirements. Full testing and insurance certificates of access equipment will be made available for inspection by the University. Equipment will only be used by suitably trained and skilled operatives having undertaken appropriate risk assessments and fully familiarised themselves with safe working methodology. Operative training certificates must also be provided for the safe use of such access equipment.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
}
],
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-05-04T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-05-04T16:00:00+01:00"
},
"bidOpening": {
"date": "2023-05-04T16:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-14980",
"name": "THE UNIVERSITY OF WESTMINSTER",
"identifier": {
"legalName": "THE UNIVERSITY OF WESTMINSTER",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "309 Regent Street",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "W1B2HW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Steve Phelps",
"email": "phelpss@westminster.ac.uk",
"url": "https://procontract.due-north.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.westminster.ac.uk/",
"buyerProfile": "https://procontract.due-north.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-79443",
"name": "University of Wesminster",
"identifier": {
"legalName": "University of Wesminster"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-00977818",
"name": "THE UNIVERSITY OF WESTMINSTER",
"identifier": {
"legalName": "THE UNIVERSITY OF WESTMINSTER",
"id": "00977818",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "309 Regent Street",
"locality": "LONDON",
"region": "UKI32",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Steve Phelps",
"telephone": "+44 7725138435",
"email": "phelpss@westminster.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.westminster.ac.uk/",
"buyerProfile": "https://www.westminster.ac.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-COH-01799580",
"name": "CBRE Managed Services",
"identifier": {
"legalName": "CBRE Managed Services",
"id": "01799580",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-29332",
"name": "University of Westminster",
"identifier": {
"legalName": "University of Westminster"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-00977818",
"name": "THE UNIVERSITY OF WESTMINSTER"
},
"language": "en",
"awards": [
{
"id": "026367-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-01799580",
"name": "CBRE Managed Services"
}
]
}
],
"contracts": [
{
"id": "026367-2024-1",
"awardID": "026367-2024-1",
"status": "active",
"value": {
"amount": 9100000,
"currency": "GBP"
},
"dateSigned": "2024-07-31T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
}
]
}
}