Contract notice

Information

Published

Expire date: 16/06/2021

External Reference: 2021-585002

FTS Reference: 2021-010830

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Universities Purchasing Consortium
N/A
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
UK
Contact person: Julie Gooch
Telephone: +44 2073072778
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Estates and Facilities Management Services (maintenance and minor works, security (guarding & reception) and Cleaning)
Reference number:  EFM5059 LU
II.1.2)

Main CPV code

79993100  -  Facilities management services
II.1.3)

Type of contract

Services
II.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
II.1.5)

Estimated total value

Value excluding VAT: 125000000.00  GBP
II.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.
II.2)

Description

II.2.1)

Title

Estate’s maintenance & Minor works one stop shop
Lot No:  1a
II.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
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 1b - M&E Planned and Reactive Maintenance
Lot No:  1b
II.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
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 1c - M&E Minor Works
Lot No:  1c
II.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
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 1d – Minor works (up to £500k)
Lot No:  1d
II.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
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 2 - Security Services (Guarding and Reception)
Lot No:  2
II.2.2)

Additional CPV code(s)

79710000  -  Security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
79715000  -  Patrol services
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 3- Cleaning Services
Lot No:  3
II.2.2)

Additional CPV code(s)

90910000  -  Cleaning services
90911000  -  Accommodation, building and window cleaning services
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 4- Bundled FM Services
Lot No:  4
II.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
II.2.3)

Place of performance

NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH3 -  Essex
NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  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).
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.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
II.2.14)

Additional information

Attached as document

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the ITT document pack

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/06/2021
Local time:  17:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/07/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.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/
VI.4)

Procedures for review

VI.4.1)

Review body

LUPC
Shropshire House, 179 Tottenham court Road
London
W1T 7NZ
UK
Telephone: +44 2073072778
Internet address: www.lupc.ac.uk