Notice Information
Notice Title
BMS (Building Management System) Services Framework 2025
Notice Description
The University is seeking establish an internal framework of suitably experienced suppliers to deliver BMS Services across all University Campuses. Historically, BMS Maintenance Services have been procured on a project-by-project basis, either by direct appointment or on via a quotation or tender process, depending on the value of the individual project The framework will allow for full flexibility of supplier appointment throughout the contract duration. This will include: * Direct award to any successful supplier on the framework, * Further Competition or Quotation process involving all framework suppliers, * Further Competition or Quotation involving a selection of framework suppliers. There will be no guarantee of contract value for any supplier appointed to the framework. However, the estimated annual value of projects, for information purposes only, is PS150,000 per annum. Full documentation is issued with the Tender
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0518fb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023316-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- £750,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 May 20259 months ago
- Submission Deadline
- 20 Jun 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 2025 - 31 Jul 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE UNIVERSITY OF WESTMINSTER
- Contact Name
- Not specified
- Contact Email
- phelpss@westminster.ac.uk
- Contact Phone
- Not specified
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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/023316-2025
20th May 2025 - Tender notice on Find a Tender
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-0518fb-2025-05-20T14:35:33+01:00",
"date": "2025-05-20T14:35:33+01:00",
"ocid": "ocds-h6vhtk-0518fb",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-00977818",
"name": "THE UNIVERSITY OF WESTMINSTER",
"identifier": {
"scheme": "GB-COH",
"id": "00977818"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZDG-5552-BTGG"
}
],
"address": {
"streetAddress": "309 Regent Street",
"locality": "London",
"postalCode": "W1B 2HW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "phelpss@westminster.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-00977818",
"name": "THE UNIVERSITY OF WESTMINSTER"
},
"planning": {
"noEngagementNoticeRationale": "Framework is small in value and engagement was predominantly carried out before the new Procurement Act came into force"
},
"tender": {
"id": "DN775275",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "BMS (Building Management System) Services Framework 2025",
"description": "The University is seeking establish an internal framework of suitably experienced suppliers to deliver BMS Services across all University Campuses. Historically, BMS Maintenance Services have been procured on a project-by-project basis, either by direct appointment or on via a quotation or tender process, depending on the value of the individual project The framework will allow for full flexibility of supplier appointment throughout the contract duration. This will include: * Direct award to any successful supplier on the framework, * Further Competition or Quotation process involving all framework suppliers, * Further Competition or Quotation involving a selection of framework suppliers. There will be no guarantee of contract value for any supplier appointed to the framework. However, the estimated annual value of projects, for information purposes only, is PS150,000 per annum. Full documentation is issued with the Tender",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 900000,
"amount": 750000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Suppliers will be required to complete a Supplier Selection Questionnaire and a ITT (Invitation to Tender) response, to include quality and commercial elements. Evaluation will be in 3 stages: 1 - Evaluation of Supplier Selection Questionnaire and selection of up to 10 suppliers for further evaluation 2 - Evaluation of ITT response 3 - If required, post tender clarification process to assist in evaluation completion Following the evaluation process, up to a maximum of 5 suppliers will be appointed to the framework"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "The framework will allow for full flexibility of supplier appointment throughout the contract duration. This will include: * Direct award to any successful framework supplier, * Further Competition or Quotation process involving all suppliers appointed to the framework * Further Competition or Quotation involving a selection of framework suppliers. Suppliers will be required to provide pricing details and future approach to pricing as part of the tender process There will be no guarantee of contract value for any supplier appointed to the framework. However, the estimated annual value of projects, for information purposes only, is PS150,000 per annum.",
"openFrameworkSchemeEndDate": "2029-07-31T23:59:59+01:00"
}
},
"submissionMethodDetails": "https://procontract.due-north.com",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-06-20T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-06-30T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 900000,
"amount": 750000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Commercial",
"description": "Pricing Schedule completion (day rates)",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Experience",
"description": "Experience of delivering relevant projects",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Approach to Pricing Materials",
"description": "Supplier approach to pricing materials for quotations for future projects",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Added Value, Innovation and Flexibility",
"description": "Added Value, Innovation and Flexibility",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-08-01T00:00:00+01:00",
"endDate": "2029-07-31T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "023316-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/023316-2025",
"datePublished": "2025-05-20T14:35:33+01:00",
"format": "text/html"
}
]
},
"language": "en"
}