Contract

Provision of Maintenance 2023

  • THE UNIVERSITY OF WESTMINSTER

F03: Contract award notice

Notice identifier: 2024/S 000-026367

Procurement identifier (OCID): ocds-h6vhtk-03bc6e

Published 19 August 2024, 6:05pm



Section one: Contracting authority

one.1) Name and addresses

THE UNIVERSITY OF WESTMINSTER

309 Regent Street

LONDON

Contact

Steve Phelps

Email

phelpss@westminster.ac.uk

Telephone

+44 7725138435

Country

United Kingdom

Region code

UKI32 - Westminster

Companies House

00977818

Internet address(es)

Main address

https://www.westminster.ac.uk/

Buyer's address

https://www.westminster.ac.uk/

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

Provision of Maintenance 2023

Reference number

DN663448

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Delivery of the maintenance service across academic and residential areas.

The Service Provider is responsible for providing an effective and efficient maintenance service to all In- Scope properties, assets and systems to the BESA SFG20 standards.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £9,100,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Delivery of the maintenance service across academic and residential areas.

The Service Provider is responsible for providing an effective and efficient maintenance service to all In- Scope properties, assets and systems to the BESA SFG20 standards.

Provide a safe and clean working environment at all times.

Use a standardised and simple operating model to deliver, manage and develop the Maintenance Services.

Apply optimised Maintenance and Service Standards as set out within the Contract for different building functions, asset types and Services.

Undertake through the life of the contract to optimise the Maintenance regimes to align with affordability and appetite for business risk determined by the University. No changes to the Service standards or levels of service are to be implemented without the University's agreement.

Maintain up to date and accurate Asset information of all assets irrespective of their being in or out of scope of maintenance.

Apply Asset Management practice to inform future investment into the University's property portfolio based upon remaining life and criticality assessments of all assets.

Provide visibility of all costs and prices of delivering the Services.

Provide visibility of Management Information Reports on all aspects of the Services and provide all reasonable support to the University's team in retrieving, providing and analysing management data.

A cost breakdown (made up of labour, materials, plant, Sub Contractors, overheads and profit) of all Reactive Services will be provided to the University by the Service Provider as required and within 10 working days of any such request.

Focus on performance and continuous improvement of the Maintenance Services provided throughout the Term of the Contract. The Service Provider will work with the University in a proactive manner to ensure that the University receives exceptional quality across the Services and further synergy related savings over the life of the Contract.

Provide a highly professional service, which is innovative, scalable, flexible and adaptable - recognising a changing business environment, and the evolution of University needs.

Optimise financial performance by providing efficiencies in service delivery which, as a minimum, mitigate against the risk of price inflation.

The Service Provider will provide all temporary access equipment required in order to provide the Services.

All temporary access equipment must be appropriately stored at all times when not in use.

All Equipment used by the Service Provider will be suitable for the task and examined and tested in line with statutory and Health and Safety requirements. Full testing and insurance certificates of access equipment will be made available for inspection by the University.

Equipment will only be used by suitably trained and skilled operatives having undertaken appropriate risk assessments and fully familiarised themselves with safe working methodology.

Operative training certificates must also be provided for the safe use of such access equipment.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-009812


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CBRE Managed Services

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

01799580

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £9,100,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

University of Westminster

London

Country

United Kingdom