Section one: Contracting authority
one.1) Name and addresses
THE UNIVERSITY OF WESTMINSTER
309 Regent Street
LONDON
Contact
Steve Phelps
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