Opportunity

Estates and Facilities Management Services (maintenance and minor works, security (guarding & reception) and Cleaning)

  • London Universities Purchasing Consortium

F02: Contract notice

Notice reference: 2021/S 000-010830

Published 17 May 2021, 1:06pm



Section one: Contracting authority

one.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, 179 Tottenham Court Road, Fitzrovia

London

W1T 7NZ

Contact

Julie Gooch

Email

j.gooch@lupc.ac.uk

Telephone

+44 2073072778

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37852&B=LUPC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37852&B=LUPC

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

Estates and Facilities Management Services (maintenance and minor works, security (guarding & reception) and Cleaning)

Reference number

EFM5059 LU

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

London Universities Purchasing Consortium (LUPC) is establishing a multi-provider framework agreement for the provision of maintenance and minor works, security (guarding and reception) and cleaning services. The framework will be available to LUPC Members and the members of Southern Universities Purchasing Consortium (SUPC) within the London and South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire, and Essex). Members include higher education, further education, schools, the wider public sector and not for profit organisations.

Lots under the framework include:

Lot 1a - Estate's Maintenance and minor works one stop shop

Lot 1b - M&E Planned and Reactive Maintenance

Lot 1c - M&E Minor Works

Lot 1d - Minor Works – up to GBP 500k

Lot 2 - Security Services (Guarding and Reception)

Lot 3 - Cleaning Services

Lot 4 - Bundled FM service

two.1.5) Estimated total value

Value excluding VAT: £125,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders who submit tenders for multiple lots will be restricted on the lots that they can be awarded. Bidders can be awarded on lots 1a, 1b, 1c, 1d, 2, and 3 (or any permutation of), or lot 4 (Bundled service). Bidders should indicate their preference for lot 4, or the other six lots. Where Bidders do not clearly state their lot preference the lot(s) award will be at LUPC’s discretion.

two.2) Description

two.2.1) Title

Estate’s maintenance & Minor works one stop shop

Lot No

1a

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50730000 - Repair and maintenance services of cooler groups
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 90710000 - Environmental management
  • 45259000 - Repair and maintenance of plant
  • 45259300 - Heating-plant repair and maintenance work
  • 45212300 - Construction work for art and cultural buildings
  • 45214000 - Construction work for buildings relating to education and research
  • 45261900 - Roof repair and maintenance work
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

Covering fabric maintenance (including roofing, flooring, glazing, building works, drainage, landscaping, joinery, tiling, ceilings, access doors, plastering & painting), MEP maintenance (equipment as listed in BESA SGF20 Core and Specialist services, Catering and Access equipment and lifts) and minor construction works including M&E installations.

two.2.5) Award criteria

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

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

12 month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document

two.2) Description

two.2.1) Title

Lot 1b - M&E Planned and Reactive Maintenance

Lot No

1b

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50730000 - Repair and maintenance services of cooler groups
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 90710000 - Environmental management
  • 45259300 - Heating-plant repair and maintenance work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

Planned and reactive maintenance covering equipment as listed in BESA SGF20 Core and Specialist services, Catering and Access equipment and lifts. List of Schedules (sfg20.co.uk).

two.2.5) Award criteria

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

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

12 month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document

two.2) Description

two.2.1) Title

Lot 1c - M&E Minor Works

Lot No

1c

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45453000 - Overhaul and refurbishment work
  • 42160000 - Boiler installations
  • 42512000 - Air-conditioning installations
  • 45300000 - Building installation work
  • 45350000 - Mechanical installations
  • 51100000 - Installation services of electrical and mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

Mechanical and Electrical minor works projects Covering Mechanical & electrical installations – Heating systems and boilers, cooling, ventilation, air conditioning, refrigeration, cold rooms, ductwork and exhaustion, electrical wiring, security systems.

two.2.5) Award criteria

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

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

12 month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document

two.2) Description

two.2.1) Title

Lot 1d – Minor works (up to £500k)

Lot No

1d

two.2.2) Additional CPV code(s)

  • 45212300 - Construction work for art and cultural buildings
  • 45214000 - Construction work for buildings relating to education and research
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

Minor construction works, simple internal and external refurbishment works, fabric works, roofing work, building alteration work, building extension work, electrical works, mechanical works, insulation works, plumbing & sanitary works, HVAC (heating ventilation& air-conditioning) works, fencing works, plastering, flooring, joinery & carpentry, partitioning, decorating, painting, glazing, iron monger works, path & road works, listed building works.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

12-month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document

two.2) Description

two.2.1) Title

Lot 2 - Security Services (Guarding and Reception)

Lot No

2

two.2.2) Additional CPV code(s)

  • 79710000 - Security services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79715000 - Patrol services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

Security services covering guarding, reception services, patrolling, access control, incident management, CCTV monitoring, security systems management (monitoring & responding to alarms), lift incident management (monitoring & responding to lift alarms), door supervision and event/ad-hoc security, and cash handling & key holding.

two.2.5) Award criteria

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

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

12-month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document

two.2) Description

two.2.1) Title

Lot 3- Cleaning Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90900000 - Cleaning and sanitation services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

Cleaning services covering general routine cleaning, periodic cleaning (deep cleaning & cleaning post student/staff vacating accommodation, carpet cleaning etc.), window blind & curtain cleaning, internal windows (low level), waste removal to cover general building and accommodation. Associated support services - pest control, feminine hygiene, washroom services, porterage, high level cleaning (including regular & one-off), window cleaning (external & high level).

two.2.5) Award criteria

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

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

12-month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document

two.2) Description

two.2.1) Title

Lot 4- Bundled FM Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 45212300 - Construction work for art and cultural buildings
  • 45214000 - Construction work for buildings relating to education and research
  • 45259000 - Repair and maintenance of plant
  • 45261900 - Roof repair and maintenance work
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50730000 - Repair and maintenance services of cooler groups
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 79710000 - Security services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 90710000 - Environmental management
  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 45259300 - Heating-plant repair and maintenance work
  • 45000000 - Construction work
  • 42160000 - Boiler installations
  • 42512000 - Air-conditioning installations
  • 45350000 - Mechanical installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 90900000 - Cleaning and sanitation services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKI - London
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UK - United Kingdom
Main site or place of performance

London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).

two.2.4) Description of the procurement

A fully bundled service covering options from all or some Estates Maintenance & minor works, Cleaning and Security as described in Lots 1a, 2 & 3.

two.2.5) Award criteria

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

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

12-month extension option

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the ITT 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: Yes

Identification of the project

Various projects funded by EU in research institutions in the UK.

It is anticipated that some of the future call-off contracts under this framework will be part or fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

Attached as document


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

As stated in the ITT document pack


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 35

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

16 June 2021

Local time

5:00pm

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

12 July 2021

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.3) Additional information

The framework will be available to LUPC Members and the members of Southern Universities Purchasing Consortium (SUPC) within the London and South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire, and Essex). Members can be identified through the follow websites:

LUPC Member list: https://www.lupc.ac.uk/member-list

SUPC member list:https://www.supc.ac.uk/our-members/

six.4) Procedures for review

six.4.1) Review body

LUPC

Shropshire House, 179 Tottenham court Road

London

W1T 7NZ

Email

j.gooch@lupc.ac.uk

Telephone

+44 2073072778

Country

United Kingdom

Internet address

www.lupc.ac.uk