Notice Information
Notice Title
Computer Aided Facility Management Software (CAFM) System Service Provision.
Notice Description
Birmingham City University (BCU) has used Computer Aided Facilities Management Software (CAFM) for the last five years within its Estate. BCU currently has approximately 50,000 live assets it needs to manage and maintain. To assist in managing an ever growing and changing property estate, BCU is now looking to renew its Computerised Aided Facilities Management System (CAFM) service provision, to enable facility managers to effectively manage their buildings in one centralized system. Future CAFM system service provisions should allow for facilities managers to plan, execute, and monitor all activities involved in areas including, but not limited to, the following: Space and workplace management Asset management Reactive and planned preventative maintenance Operational facility services Room reservations Help Desk solutions
Lot Information
Lot 1
Renewal: 2 x 1 year optional extensions are available
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fd3c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004013-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72510000 - Computer-related management services
72514000 - Computer facilities management services
Notice Value(s)
- Tender Value
- £427,000 £100K-£500K
- Lots Value
- £427,000 £100K-£500K
- Awards Value
- £470,000 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Jan 20261 months ago
- Submission Deadline
- 5 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Jan 20261 months ago
- Contract Period
- 1 Mar 2026 - 1 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BIRMINGHAM CITY UNIVERSITY
- Contact Name
- MIke Owers, Mike Owers
- Contact Email
- mike.owers@bcu.ac.uk, procurement@bcu.ac.uk
- Contact Phone
- 01213317677
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B4 7BD
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- TLG31 Birmingham
-
- Local Authority
- Birmingham
- Electoral Ward
- Nechells
- Westminster Constituency
- Birmingham Ladywood
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/004013-2026
16th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014378-2025
10th April 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/013248-2025
4th April 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/013052-2025
4th April 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-939238736
ITT Document with Emebbed schedules, annexes & appendices for bidder completion and return and reference in completing bid returns -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-939239503
Notice to bidders regarding document submission advice assistance and guidance -
-
https://www.find-tender.service.gov.uk/Notice/Attachment/A-548
ITT Document with Embedded schedules, Annexes and Appendices for bidder reference. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-549
ITT Document with embedded schedules, annexes and appendices for bidder reference
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-04fd3c-2026-01-16T15:35:12Z",
"date": "2026-01-16T15:35:12Z",
"ocid": "ocds-h6vhtk-04fd3c",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PMDM-3781-JGCD",
"name": "Birmingham City University",
"identifier": {
"scheme": "GB-PPON",
"id": "PMDM-3781-JGCD"
},
"address": {
"streetAddress": "Joseph Priestley Building, Cardigan Street",
"locality": "Birmingham",
"postalCode": "B47BD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"name": "MIke Owers",
"email": "mike.owers@bcu.ac.uk",
"telephone": "01213317677"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-UKPRN-10007140",
"name": "Birmingham City University",
"identifier": {
"scheme": "GB-UKPRN",
"id": "10007140"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMDM-3781-JGCD"
}
],
"address": {
"streetAddress": "Joseph Priestley Building",
"locality": "Birmingham",
"postalCode": "B47BD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"name": "Mike Owers",
"email": "Procurement@bcu.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.bcu.ac.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-10223226",
"name": "INVIDA LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10223226"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJHQ-4583-WHTR"
}
],
"address": {
"streetAddress": "Celixir House Stratford Business & Technology Park",
"locality": "Stratford Upon Avon",
"postalCode": "CV37 7GZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "support@invida.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.invida.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-UKPRN-10007140",
"name": "Birmingham City University"
},
"tender": {
"id": "FM241",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Computer Aided Facility Management Software (CAFM) System Service Provision.",
"description": "Birmingham City University (BCU) has used Computer Aided Facilities Management Software (CAFM) for the last five years within its Estate. BCU currently has approximately 50,000 live assets it needs to manage and maintain. To assist in managing an ever growing and changing property estate, BCU is now looking to renew its Computerised Aided Facilities Management System (CAFM) service provision, to enable facility managers to effectively manage their buildings in one centralized system. Future CAFM system service provisions should allow for facilities managers to plan, execute, and monitor all activities involved in areas including, but not limited to, the following: Space and workplace management Asset management Reactive and planned preventative maintenance Operational facility services Room reservations Help Desk solutions",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72510000",
"description": "Computer-related management services"
}
],
"deliveryAddresses": [
{
"region": "UKG31",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG31",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 427000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "https://www.delta-esourcing.com/respond/3U7367F377",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-05T09:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-04-23T13:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-06-03T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 427000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "System Specific Requirements Questionnaire",
"description": "Long criteria description",
"numbers": [
{
"number": 32,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Questionnaire (added value of service)",
"description": "Long criteria description",
"numbers": [
{
"number": 32.5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Overall System Cost",
"description": "Long criteria description",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Rate Card for Key Staffing",
"description": "Long criteria description",
"numbers": [
{
"number": 5.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "System Specific Requirements Questionnaire",
"description": "Long criteria description",
"numbers": [
{
"number": 32,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Questionnaire (added value of service)",
"description": "Long criteria description",
"numbers": [
{
"number": 32.5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Overall System Cost",
"description": "Long criteria description",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Rate Card for Key Staffing",
"description": "Long criteria description",
"numbers": [
{
"number": 5.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "System Specific Requirements Questionnaire",
"description": "Long criteria description",
"numbers": [
{
"number": 32,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Questionnaire (added value of service)",
"description": "Long criteria description",
"numbers": [
{
"number": 32.5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Overall System Cost",
"description": "Long criteria description",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Rate Card for Key Staffing",
"description": "Long criteria description",
"numbers": [
{
"number": 5.5,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Potential Bidders should have a Creditsafe Credit Reference Agency score of 50% plus or be able to demonstrate financial stability by other means if offered award of contract or provide a financial guarantor. Potential Bidders should also be able to demonstrate if offered award of contract the following insurance levels: Public Liability Insurance PS5M for each and every incident Professional Indemnity Insurance PS5M for each and every incident Employer's Liability Insurance Minimum statutory limit (PS5M) as laid down by legislation Product Liability Insurance PS5m per incident Assessed Via completion of a Procurement Specific Questionnaire (PSQ) document. Bidders, and those connected persons and sub contractors involved in delivery of the contract should not be excluded suppliers for mandatory exclusions on the debarment list within the UK."
},
{
"type": "technical",
"description": "Potential Bidders should have the commensurate experience of similar sized CAFM service provision delivery; and CAFM implementations within the available timescale in order to fulfil the service provision over the lifetime of the contract and ensure continuity of CAFM service provision post 1st October 2025. Or be able to demonstrate similar capabilities and competence. Assessment will be via completion of a Procurement Specific Questionnaire (PSQ) document (Previous Contract examples) or statement of 500 word statement relating to work/other related experience or competencies. Bidders are required to have one of the following Cyber qualifications: Cyber Essentials Certified Cyber Essentials Plus Certified ISO27001 accreditation"
},
{
"type": "economic",
"description": "Potential Bidders should have a Creditsafe Credit Reference Agency score of 50% plus or be able to demonstrate financial stability by other means if offered award of contract or provide a financial guarantor. Potential Bidders should also be able to demonstrate if offered award of contract the following insurance levels: Public Liability Insurance PS5M for each and every incident Professional Indemnity Insurance PS5M for each and every incident Employer's Liability Insurance Minimum statutory limit (PS5M) as laid down by legislation Product Liability Insurance PS5m per incident Assessed Via completion of a Procurement Specific Questionnaire (PSQ) document. Bidders, and those connected persons and sub contractors involved in delivery of the contract should not be excluded suppliers for mandatory exclusions on the debarment list within the UK."
},
{
"type": "technical",
"description": "Potential Bidders should have the commensurate experience of similar sized CAFM service provision delivery; and CAFM implementations within the available timescale in order to fulfil the service provision over the lifetime of the contract and ensure continuity of CAFM service provision post 1st October 2025. Or be able to demonstrate similar capabilities and competence. Assessment will be via completion of a Procurement Specific Questionnaire (PSQ) document (Previous Contract examples) or statement of 500 word statement relating to work/other related experience or competencies. Bidders are required to have one of the following Cyber qualifications: Cyber Essentials Certified Cyber Essentials Plus Certified ISO27001 accreditation"
},
{
"type": "economic",
"description": "Potential Bidders should have a Creditsafe Credit Reference Agency score of 50% plus or be able to demonstrate financial stability by other means if offered award of contract or provide a financial guarantor. Potential Bidders should also be able to demonstrate if offered award of contract the following insurance levels: Public Liability Insurance PS5M for each and every incident Professional Indemnity Insurance PS5M for each and every incident Employer's Liability Insurance Minimum statutory limit (PS5M) as laid down by legislation Product Liability Insurance PS5m per incident Assessed Via completion of a Procurement Specific Questionnaire (PSQ) document. Bidders, and those connected persons and sub contractors involved in delivery of the contract should not be excluded suppliers for mandatory exclusions on the debarment list within the UK."
},
{
"type": "technical",
"description": "Potential Bidders should have the commensurate experience of similar sized CAFM service provision delivery; and CAFM implementations within the available timescale in order to fulfil the service provision over the lifetime of the contract and ensure continuity of CAFM service provision post 1st October 2025. Or be able to demonstrate similar capabilities and competence. Assessment will be via completion of a Procurement Specific Questionnaire (PSQ) document (Previous Contract examples) or statement of 500 word statement relating to work/other related experience or competencies. Bidders are required to have one of the following Cyber qualifications: Cyber Essentials Certified Cyber Essentials Plus Certified ISO27001 accreditation"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-08-01T00:00:00+01:00",
"endDate": "2028-07-31T23:59:59+01:00",
"maxExtentDate": "2030-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 1 year optional extensions are available"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-939238736",
"documentType": "biddingDocuments",
"description": "ITT Document with Emebbed schedules, annexes & appendices for bidder completion and return and reference in completing bid returns",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-939238736"
},
{
"id": "A-939239503",
"documentType": "biddingDocuments",
"description": "Notice to bidders regarding document submission advice assistance and guidance",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-939239503"
},
{
"id": "L-939325045",
"documentType": "technicalSpecifications",
"description": "Access Code : 3U7367F377 Document Annex 1",
"url": "https://www.delta-esourcing.com/delta/login.html"
},
{
"id": "013052-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013052-2025",
"datePublished": "2025-04-04T12:05:04+01:00",
"format": "text/html"
},
{
"id": "L-939520008",
"documentType": "biddingDocuments",
"description": "Access Code : 3U7367F377 gives access to Tender Documents",
"url": "https://www.delta-esourcing.com/delta/login.html"
},
{
"id": "A-939520193",
"documentType": "biddingDocuments",
"description": "ITT documents",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-939520193"
},
{
"id": "A-939521051",
"documentType": "biddingDocuments",
"description": "ITT & Appedices",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-939521051"
},
{
"id": "A-939521078",
"documentType": "biddingDocuments",
"description": "ITT & Appendices",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-939521078"
},
{
"id": "013248-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013248-2025",
"datePublished": "2025-04-04T19:05:05+01:00",
"format": "text/html"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Access Code : 3U7367F377 gives access to Tender Documents",
"url": "https://www.delta-esourcing.com/delta/login.html"
},
{
"id": "A-548",
"documentType": "biddingDocuments",
"description": "ITT Document with Embedded schedules, Annexes and Appendices for bidder reference.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-548",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-549",
"documentType": "biddingDocuments",
"description": "ITT Document with embedded schedules, annexes and appendices for bidder reference",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-549",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "014378-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014378-2025",
"datePublished": "2025-04-10T16:14:10+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "30 days following production of invoice"
},
"riskDetails": "Potential Bidders should have the commensurate experience of similar sized CAFM service provision delivery; and CAFM implementations within the available timescale in order to fulfil the service provision over the lifetime of the contract and ensure continuity of CAFM service provision post 1st October 2025. Business Critical requirements of the system post 1st October 2025 suppliers need to attain are contained in Appendix 1 contained within Annex 1 of the ITT document.",
"amendments": [
{
"id": "014378-2025",
"description": "Link to document download facility from FTS notice amended for bidder convenience. Administrative change only. Administrative error with Contract value, amendment made. Additional 3 days extension on the tender deadline has been given to allow suppliers to download all information and complete required documents for return given 2 bank holiday days intervening during the tender return period: 32 day total."
}
]
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Computer Aided Facility Management Software (CAFM) System Service Provision.",
"status": "pending",
"date": "2026-01-15T00:00:00Z",
"value": {
"amountGross": 470000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-10223226",
"name": "INVIDA LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72514000",
"description": "Computer facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-01-27T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2029-03-01T23:59:59Z",
"maxExtentDate": "2031-02-28T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "3 year contract, with two optional 1 year extension periods"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "004013-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004013-2026",
"datePublished": "2026-01-16T15:35:12Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-15T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-27T23:59:59Z",
"status": "scheduled"
}
]
}
]
}