Opportunity

Computer Aided Facilities Management (CAFM) and Safety Management System (SMS)

  • London School of Hygiene & Tropical Medicine

F02: Contract notice

Notice reference: 2021/S 000-031917

Published 21 December 2021, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

London School of Hygiene & Tropical Medicine

Keppel Street,

London

WC1E 7HT

Contact

Paul Pester

Email

paul.pester@lshtm.ac.uk

Telephone

+44 02079272471

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

National registration number

RC000330

Internet address(es)

Main address

http://www.lshtm.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104519

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=41630&B=LSHTM

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=41630&B=LSHTM

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

Computer Aided Facilities Management (CAFM) and Safety Management System (SMS)

Reference number

LSHTM-2021-01

two.1.2) Main CPV code

  • 48420000 - Facilities management software package and software package suite

two.1.3) Type of contract

Supplies

two.1.4) Short description

The project aim is to select and implement a CAFM and Safety Management System to consolidate and coordinate multiple Estates and Health & Safety functions, ideally, within a single centralised solution.

two.1.5) Estimated total value

Value excluding VAT: £410,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Computer Aided Facilities Management (CAFM)

Lot No

1

two.2.2) Additional CPV code(s)

  • 48421000 - Facilities management software package
  • 72253000 - Helpdesk and support services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
Main site or place of performance

Keppel Street, London, WC1E 7HT

two.2.4) Description of the procurement

To streamline LSHTM Estates facilities management on maintenance, operations, standards, quality and compliance procedures to be utilised in the most cost effective way throughout the asset lifecycle. To increase and monitor the utilisation of space and facilities, reduce moves and re-allocations, plan preventative and reactive maintenance, improve safety management, and deliver improved customer service

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: £310,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Option of 2 years extension

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

two.2) Description

two.2.1) Title

Safety Management System (SMS)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 72253000 - Helpdesk and support services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
Main site or place of performance

Keppel Street, London, WC1E 7HT

two.2.4) Description of the procurement

To enable LSHTM Safety Team to report more comprehensively and efficiently on high risk/hazardous activities and providing assurance of legislative compliance, a suitable and sufficient risk assessment, reporting of incidents and acting to prevent recurrence routine. To deliver a consistent approach to safety across the organisation whilst improving both the ‘user experience’ and the quality of the general standards of safety management.

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: £100,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 years renewal

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.1.2) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2021/S 000-003757

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

Date

31 January 2022

Local time

1:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 January 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

London School of Hygiene & Tropical Medicine

Keppel Street

London

WC1E 7HT

Email

procurement@lshtm.ac.uk

Country

United Kingdom