Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Hafod Housing
St Hilary Court, Copthorne Way, Culverhouse Cross
CARDIFF
CF5 6ES
UK
Contact person: Briony Phillips
Telephone: +44 2920675823
E-mail: briony.phillips@hafod.org.uk
Fax: +44 2920672499
NUTS: UKL22
Internet address(es)
Main address: https://www.hafod.org.uk/contact-us/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1147
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Servicing, Maintenance & Repair of Specialist Care Equipment
II.1.2) Main CPV code
50421000
II.1.3) Type of contract
Services
II.1.4) Short description
Hafod are seeking to appoint a suitable contactor to service, maintain and repair specialist lifting, profiling beds and care equipment to approximately 24 Hafod end-user sites in the South Wales region
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33192600
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Hafod requires a reliable contractor to regularly service and maintain the scope of equipment as detailed within the Schedule of Rates (Appendix C) such as;
- Profiling Beds
- Hoists
- Slings
- Standing/Raising Aids
- Assisted Baths
Such equipment is located across Hafod care homes, extra care schemes, independent living schemes and domestic properties. The appointed contractor must have the capacity to schedule, complete and record required regular annual servicing of equipment across all locations following PUWER regulations/compliance. The appointed contract must also have the ability to conduct ad hoc repairs as and when required.
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
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contract duration will be a 5-year term, with an initial 2-year term and an option to extend, at Hafod’s sole discretion, by a further 3-year period based on supplier performance and external factors.
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
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/08/2022
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:
05/08/2022
Local time: 09:00
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: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122828.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:122828)
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
06/07/2022