Opportunity

Hard FM Services Maintenance Contract

  • St George's University of London

F02: Contract notice

Notice reference: 2022/S 000-005310

Published 25 February 2022, 2:39pm



Section one: Contracting authority

one.1) Name and addresses

St George's University of London

Cranmer Terrace, London SW17 0RE

London

SW17 0RE

Email

a.powici@sgul.ac.uk

Telephone

+44 2084175118

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.sgul.ac.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/kingstonuniversity/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/kingstonuniversity/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hard FM Services Maintenance Contract

Reference number

CPU-SG-UK-602-AP-2022

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is being issued by St Georges University London.The contract will then be awarded exclusively to the successful contractor on a fixed-term basis of three years, with an option to extend for a further two years on one occasion subject to satisfactory delivery of the servicesThe contract is for the delivery of Hard Facilities Management Services to an existing built environment on both a planned and reactive basis as well as associated project works.Hard Facilities Management Services include: Mechanical, Electrical and Fabric Maintenance to the buildings, their infrastructure, fixtures and fittings, that the scope of contract coversFor the purposes of this contract specific, Hard Facilities Management Services also include Fire Detection, Fire Protection, Fire Suppression and Fire Fighting Equipment Servicing and Maintenance and Water Management and Water Hygiene Services

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

St Georges University of London

two.2.4) Description of the procurement

The provision of Hard Facilities Management Services comprising of Mechanical and Electrical and Building Fabric Maintenance Services on a planned and reactive basis, including , including BMS, Water Management and Water Hygiene Services, Fire Detection, Fire Protection, Fire Suppression and Fire Fighting Equipment maintenance Services and associated project works

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial contract will run for 36 months with the option of one 24 month renewal. The above-estimated value is if the contract is renewed, i.e. for a total term of 60 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 March 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 April 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

St George's University, London

Cranmer Terrace

London

SW17 0R

Country

United Kingdom