Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Contact person: Jack Robinson
Telephone: +44 1495300872
E-mail: jack.robinson@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://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
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
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
Building Management System Maintenance
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
ABUHB is seeking a maintenance provider to provide a maintenance service for its Building Management Systems (BMS). The maintenance provider shall provide adequate, competent technical resource to service and support the installed systems to ensure that best performance from each BMS is maintained. It is also a requirement for the successful bidder to advise on the lifecycle planning of the systems and to provide a potential roadmap for replacing the current system which has technology that will be supported for up to another 6 years. There will be both a planned preventative maintenance element and a reactive, repair element to this contract.
II.1.5) Estimated total value
Value excluding VAT:
1 520 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45259000
45259300
50000000
50312300
50324100
50324200
50530000
50531100
50532300
50710000
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
Newport, Torfaen, Monmouthshire, Caerphilly, Blaenau Gwent.
II.2.4) Description of the procurement
ABUHB is seeking a maintenance provider to provide both a planned preventative and a reactive maintenance service for its Building Management System (BMS).
The provider must prove to be conversant with the products currently installed, employ competent technicians in order to carry out essential control system maintenance and have the ability to support the technical IT protocol and computer systems and various software utilised across the BMS installations.
The systems installed are generally proprietary products that include Honeywell, Trend, Satchwell and Schneider manufactured systems, therefore bidders are required to be conversant with these systems. A Tridium Niagara 4.8 system is currently installed at the Grange University Hospital and bidders are expected to be conversant with that also, which is expected to come into contract from March 2022.
The maintenance requirements of the BMS should ensure that the installed systems provide efficient plant control and monitoring. Consideration should be taken to prioritise the service provided at each location to ensure maximum uptime of each BMS (specific sites, areas and uptime are to be agreed with ABUHB under a tiered system).
The maintenance provider shall provide adequate competent technical resource to service and support the installed systems to ensure that best performance from each BMS is maintained.
It is also a requirement for the successful bidder to advise on the lifecycle planning of the systems and to provide a potential roadmap for replacing the current system which has technology that will be supported for up to another 6 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2021
End:
30/06/2023
This contract is subject to renewal: Yes
Description of renewals:
The initial contract period is for 2 years, 01/07/2021 - 30/06/2023.
There is the option to extend for a further 3 years on an annual basis.
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.2.13) 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.1.2) 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
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:
04/05/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/05/2021
Local time: 12:00
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=109436
(WA Ref:109436)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
01/04/2021