← Back to opportunities

Facilities Management Services

BANK OF ENGLAND

Buyer Contact Info

Buyer Name: BANK OF ENGLAND

Buyer Address: Threadneedle Street, London, UKI31, EC2R 8AH, United Kingdom

Contact Email: askprocurement@bankofengland.co.uk

Status
active
Procedure
selective
Value
125000000.0 GBP
Gross: 150000000 GBP
Published
24 Jul 2025, 13:06
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
31625100 - Fire-detection systems
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

This contract is for the supply of facilities management (FM) services over 4 years with the option to extend for a further year. The estimated total contract value is £100m-150m (inc. VAT). Services are to be primarily delivered in London (Threadneedle Street, Moorgate, Roehampton), and Essex, with ad-hoc services required at regional offices across the United Kingdom, and potential for services to be provided in Leeds during the term of the contract. The Bank is seeking a provider who can offer the expertise and management capabilities to deliver or manage various facilities and functions across the Bank. The contract will encompass services to be delivered in 2 phases. Services in Phase 1 are: Cleaning and Waste Management, grounds maintenance and planting Post and Distribution services (PaDs) including Mail, Courier and Franking Machines Front of House (FoH) Travel & Taxis Maintenance equipment and consumables supply Working at Height Lifting Equipment maintenance Water Temperature Monitoring Water Sampling Locksmith & Vault maintenance Heritage Doors and Metal Works maintenance Thermal Insulations repairs Stoneworks Maintenance Soil Down Pipe Cleaning / Drainage Works Zip Taps Maintenance Fire Detection Systems Maintenance Minor maintenance services to non-critical assets Medical Services Services in Phase 2 are: Events Management Audio Visuals Services Security Manned Guarding Space Management Catering & Hospitality Greater detail on the services, phases and locations is included in the Statement of Requirements document. *Note: Briefing Session to be held at Threadneedle Street site on 31 July 2025*

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/042791-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract, which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023.

Lot 1 Value: GBP 125,000,000

Lot 1 Value (Gross): GBP 150,000,000

Lot 1 Contract Start: 2026-02-09T00:00:00Z

Lot 1 Contract End: 2030-02-08T23:59:59Z

Lot 1 Award Criterion (price): Pricing Requirements (30%)

Lot 1 Award Criterion (quality): Contract Management (14%)

Lot 1 Award Criterion (quality): Service Delivery (21%)

Lot 1 Award Criterion (quality): Health & Safety (7%)

Lot 1 Award Criterion (quality): People Management (7%)

Lot 1 Award Criterion (quality): Culture (3.5%)

Lot 1 Award Criterion (quality): Service Transformation (7%)

Lot 1 Award Criterion (quality): Mobilisation (7%)

Lot 1 Award Criterion (quality): Social Value (3.5%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-RC000042",
    "name": "BANK OF ENGLAND"
  },
  "date": "2025-07-24T14:06:58+01:00",
  "id": "042791-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-051f72",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PRDB-1113-HPPT",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "EC2R 8AH",
        "region": "UKI31",
        "streetAddress": "Threadneedle Street"
      },
      "contactPoint": {
        "email": "askprocurement@bankofengland.co.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-COH-RC000042",
      "identifier": {
        "id": "RC000042",
        "scheme": "GB-COH"
      },
      "name": "BANK OF ENGLAND",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "The Preliminary Market Engagement took place prior to the commencement of the Procurement Act 2023 and further information on the preliminary market engagement conducted is provided in the associated tender documents."
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-01-26T23:59:59Z"
    },
    "contractTerms": {
      "financialTerms": "Payment terms in line with the Services Contract provided as part of the associated tender documents."
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "This contract is for the supply of facilities management (FM) services over 4 years with the option to extend for a further year.  The estimated total contract value is \u00a3100m-150m (inc. VAT). \nServices are to be primarily delivered in London (Threadneedle Street, Moorgate, Roehampton), and Essex, with ad-hoc services required at regional offices across the United Kingdom, and potential for services to be provided in Leeds during the term of the contract.  \nThe Bank is seeking a provider who can offer the expertise and management capabilities to deliver or manage various facilities and functions across the Bank.  \nThe contract will encompass services to be delivered in 2 phases.   \nServices in Phase 1 are: \nCleaning and Waste Management, grounds maintenance and planting  \nPost and Distribution services (PaDs) including Mail, Courier and Franking Machines   \nFront of House (FoH)  \nTravel \u0026 Taxis \nMaintenance equipment and consumables supply \nWorking at Height Lifting Equipment maintenance  \nWater Temperature Monitoring  \nWater Sampling \nLocksmith \u0026 Vault maintenance \nHeritage Doors and Metal Works maintenance  \nThermal Insulations repairs  \nStoneworks Maintenance   \nSoil Down Pipe Cleaning / Drainage Works  \nZip Taps Maintenance \nFire Detection Systems Maintenance \nMinor maintenance services to non-critical assets \nMedical Services \nServices in Phase 2 are: \nEvents Management   \nAudio Visuals Services   \nSecurity Manned Guarding  \nSpace Management   \nCatering \u0026 Hospitality \nGreater detail on the services, phases and locations is included in the Statement of Requirements document. \n*Note: Briefing Session to be held at Threadneedle Street site on 31 July 2025*",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "The following documents are being provided as the tender notice is being published\n-\tInstructions to Suppliers (including early market engagement summary, and summary of Invitation to Tender questions (criteria and weightings provided only))\n-\tProcurement Specific Questionnaire\n-\tStatement of Requirements\n-\tSupplier Code of Practice\nThe following documents will be published during the Conditions of Participation stage:\n-\tDraft Contract Terms\n-\tInvitation to Tender\n-\tPrice Schedule\n-\tKey Performance Indicators\nThe following documents will be published at Invitation to submit Initial Tenders stage:\n-\tTUPE Employee Liability Information\nDocuments are provided on the Bank of England\u0027s Procurement portal: https://supplierlive.proactisp2p.com/ \nDue to the sensitive nature of the Threadneedle Street building and associated documentation, interested suppliers are required to complete a non-disclosure agreement in order to access the associated tender documents.\nInterested suppliers should e-mail fm.contract@bankofengland.co.uk with the reference \"PROC/470\" within the subject and confirm the signatory name and e-mail address for the Non-disclosure Agreement. This will then be issued via DocuSign.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-07-24T14:06:58+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "042791-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/042791-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-11T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-08-21T12:00:00+01:00",
    "id": "PROC/470",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Fire-detection systems",
            "id": "31625100",
            "scheme": "CPV"
          },
          {
            "description": "Fire-alarm systems",
            "id": "31625200",
            "scheme": "CPV"
          },
          {
            "description": "Television and audio-visual equipment",
            "id": "32320000",
            "scheme": "CPV"
          },
          {
            "description": "Alarm systems",
            "id": "35121700",
            "scheme": "CPV"
          },
          {
            "description": "Gas-detection equipment",
            "id": "38543000",
            "scheme": "CPV"
          },
          {
            "description": "Catering equipment",
            "id": "39310000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Catering services",
            "id": "55520000",
            "scheme": "CPV"
          },
          {
            "description": "Taxi services",
            "id": "60120000",
            "scheme": "CPV"
          },
          {
            "description": "Travel services",
            "id": "63515000",
            "scheme": "CPV"
          },
          {
            "description": "Travel management services",
            "id": "63516000",
            "scheme": "CPV"
          },
          {
            "description": "Postal services",
            "id": "64110000",
            "scheme": "CPV"
          },
          {
            "description": "Courier services",
            "id": "64120000",
            "scheme": "CPV"
          },
          {
            "description": "Teleconferencing services",
            "id": "64224000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Security services",
            "id": "79710000",
            "scheme": "CPV"
          },
          {
            "description": "Event services",
            "id": "79952000",
            "scheme": "CPV"
          },
          {
            "description": "Facilities management services",
            "id": "79993100",
            "scheme": "CPV"
          },
          {
            "description": "Company health services",
            "id": "85147000",
            "scheme": "CPV"
          },
          {
            "description": "Refuse and waste related services",
            "id": "90500000",
            "scheme": "CPV"
          },
          {
            "description": "Air quality management",
            "id": "90731100",
            "scheme": "CPV"
          },
          {
            "description": "Cleaning services",
            "id": "90910000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKE"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH3"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Pricing Requirements",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "name": "Contract Management",
              "numbers": [
                {
                  "number": 14,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Service Delivery",
              "numbers": [
                {
                  "number": 21,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Health \u0026 Safety",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "People Management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Culture",
              "numbers": [
                {
                  "number": 3.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Service Transformation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 3.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2030-02-08T23:59:59Z",
          "maxExtentDate": "2031-02-08T23:59:59Z",
          "startDate": "2026-02-09T00:00:00Z"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract, which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023."
        },
        "renewal": {
          "description": "An initial contract term is 4 years with an extension option at the Bank\u0027s discretion of 1 year."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "In summary the technical ability conditions of participation address the following:\n-\tCore supplier information\n-\tAssociated persons\n-\tDebarment (including proposed sub-contractors)\n-\tFinancial capacity\n-\tInsurance requirements\n-\tRelevant experience and contract examples\n-\tHealth and safety\n-\tProfessional memberships/accreditation\n-\tModern slavery\n-\tQuality assurance\n-\tEquality and diversity\n-\tBusiness continuity\n-\tESG\n-\tBribery Act 2010\n-\tPrompt Payment\n-\tCarbon Reduction\nThe questions and the assessment criteria are set out in the Procurement Specific Questionnaire provided as part of the associated tender documents.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 125000000,
          "amountGross": 150000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The Bank will conduct a Competitive Flexible Procedure in 4 stages:\n1)\tconditions of participation (selection) stage\n2)\tinvitation to submit initial tenders (shortlisting) stage\n3)\tnegotiation\n4)\tinvitation to submit Best And Final Offer (BAFO) stage and award.\nThe Bank will assess the responses to Conditions of Participation (selection) stage in three steps:\n1)\tcompleteness and compliance check\n2)\tconfirmation that the potential supplier, associated persons, connected persons and/or any sub-contractors are not listed on the debarment list and any significant sub-contractors are checked against the exclusions grounds\n3)\tresponses to the Procurement Specific Questionnaire assessed against Conditions of Participation criteria\nFollowing the Conditions of Participation (selection) stage, the Bank will rank potential suppliers who achieved a Pass in relation to all Pass/Fail criteria on the basis of the total scores achieved on the scored criteria (the highest scoring response being ranked in first place).  The Bank will invite the top 5 ranking potential suppliers to the Invitation to submit Initial Tenders (shortlisting) stage.\nThe Invitation to submit Initial Tenders stage submissions will include a response to the pricing schedule, tender questions and form of tender. Evaluation of tender responses will be scored against the published criteria, and a presentation and clarification meeting held with the Bank. The top 3 ranking suppliers will be shortlisted to participate in the negotiation stage and following negotiation, invited to submit a final tender response (BAFO stage)."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "The Bank is undergoing a transformation project to its estate in London, which involves redesigning and consolidating into the Threadneedle Street building.  In addition, the Bank is expanding its Leeds presence over the next three years.  In support of these changes, the Bank will be looking at the provision of facilities management services to enhance the operation to be more risk controlled, data driven, and cost-efficient quality service for the future.  In light of this, changes may impact the provision of services and there is a risk of modifications to the contract.",
    "status": "active",
    "submissionMethodDetails": "Submission of responses to the Procurement Specific Questionnaire must be via the Bank\u0027s procurement portal Proactis at this address: https://supplierlive.proactisp2p.com/Account/Login",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Facilities Management Services",
    "value": {
      "amount": 125000000,
      "amountGross": 150000000,
      "currency": "GBP"
    }
  }
}