Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Maintenance of Fire Alarms – University Hospital of Wales Llandough

  • First published: 13 September 2018
  • Last modified: 13 September 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-085371
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
13 September 2018
Deadline date:
16 October 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

NHS Wales Shared Services Partnership on behalf of the Cardiff and Vale University Health Board are seeking for one supplier to provide maintenance services encompassing the inspection, testing, maintenance and cleaning of all Fire Alarm system equipment located in the University Hospital of Wales Llandough and other sites. CPV: 31625200, 31625200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership Procurement Services

8th Floor Brecknock House, University Hospital of Wales

Cardiff

CF14 4XW

UK

Contact person: Peter Tune

Telephone: +44 2920745357

E-mail: peter.tune@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.procurement.wales.nhs.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Maintenance of Fire Alarms – University Hospital of Wales Llandough

Reference number: 18/2503/EC

II.1.2) Main CPV code

31625200

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Wales Shared Services Partnership on behalf of the Cardiff and Vale University Health Board are seeking for one supplier to provide maintenance services encompassing the inspection, testing, maintenance and cleaning of all Fire Alarm system equipment located in the University Hospital of Wales Llandough and other sites.

II.1.5) Estimated total value

Value excluding VAT: 265 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31625200

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Cardiff and Vale University Health Board

II.2.4) Description of the procurement

NHS Wales Shared Services Partnership on behalf of the Cardiff and Vale University Health Board are seeking for one supplier to maintain and support the Fire Alarm System located at The University of Wales Hospital Llandough. The majority of the service requirements will encompasses the inspection, testing, maintenance and cleaning of all Fire Alarm system equipment located in Llandough though many other sites are also included in the requirements.

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: 60

This contract is subject to renewal: Yes

Description of renewals:

3 Years Plus Option to extend for One Year, Plus One Year

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Not Applicable.

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 16/10/2018

Local time: 12:00

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

EN

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

Tender must be valid until: 16/10/2018

IV.2.7) Conditions for opening of tenders

Date: 16/10/2018

Local time: 16:00

Information about authorised persons and opening procedure:

As per the tender documents

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please note additional information on this procurement:

1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.

2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

3. The Contracting Authority will not accept completed ITT's after the stated closing date.

4. All documents to be priced (where applicable) in sterling and all payments made in sterling.

5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

6. In reference to II.1.9 (Variants) to the extent permitted, if at all, in the tender documents.

7. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale ULHB

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=85371

(WA Ref:85371)

VI.4) Procedures for review

VI.4.1) Review body

NHS Wales Shared Services Partnership

8th Floor, Brecknock House, University Hospital of Wales

Cardiff

CF14 4XW

UK

Telephone: +44 2920745357

E-mail: peter.tune@wales.nhs.uk

Internet address(es)

URL: http://www.procurement.wales.nhs.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts(Amendments) Regulations.

VI.5) Date of dispatch of this notice

12/09/2018

Coding

Commodity categories

ID Title Parent category
31625200 Fire-alarm systems Burglar and fire alarms

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
peter.tune@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.