Tender

BMS (Building Management System) Services Framework 2025

THE UNIVERSITY OF WESTMINSTER

This public procurement record has 1 release in its history.

Tender

20 May 2025 at 13:35

Summary of the contracting process

The University of Westminster is inviting tenders for a Building Management System (BMS) Services Framework for the year 2025. This procurement process, classified under repair and maintenance services, is currently at the tender stage with an open competitive procurement method. It aims to establish a flexible internal framework for all university campuses located in the UK. The closing date for tender submissions is 20th June 2025, with the award period concluding by 30th June 2025. Successful suppliers will be part of a framework agreement starting on 1st August 2025, lasting until 31st July 2029. The estimated annual project value is £150,000, although no specific contract values are guaranteed.

This tender presents a substantial opportunity for businesses specialising in BMS services, especially those adept in delivering innovative, value-added, and flexible solutions for repair and maintenance. With an estimated total value of £750,000 for the framework, small and medium enterprises (SMEs) that excel in competitive tendering processes are well-suited to apply. Companies willing to engage in the framework’s flexible supplier appointment process, which may involve direct awards or further competition, could find this procurement beneficial for growth and establishing long-term relationships. Businesses must complete a Supplier Selection Questionnaire and Invitation to Tender response as part of the evaluation process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}