Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Qualifications Wales
Q2 Building, Pencarn Lane, Imperial Park
Newport
NP10 8AR
UK
Contact person: Stephanie Molina
Telephone: +44 1633373233
E-mail: procurement@qualificationswales.org
NUTS: UKL2
Internet address(es)
Main address: http://www.qualificationswales.org
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA41978
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Facilities Management Services
Reference number: QW212212
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
- Lot One Planned and Reactive Facilities Management Services
o Statutory Inspections and Maintenance
o Planned Preventative Maintenance
o Break Down Maintenance and Alterations
o Potentially Minor new works projects – for which quotes must be supplied
- Lot Two Key Holding and Security Services
o Opening and Closing
o Intruder Alarm Monitoring
o Incident Response
II.1.5) Estimated total value
Value excluding VAT:
260 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Planned and Reactive Maintenance Services
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKL21
Main site or place of performance:
Q2 Pencarn Lane, Imperial Park, Newport South Wales
II.2.4) Description of the procurement
The Scope of the Services will comprise, Statutory Inspections and Maintenance, Planned Preventative Maintenance, Break Down Maintenance and Alterations and minor new works projects for the engineering & building fabric assets with the objective of:
- Providing a safe and comfortable working environment for building users.
- Maximising the useful life span of the building, plant and equipment.
- Ensuring efficient and cost-effective use of those assets.
- Complying fully with UK or Wales government guidance on environmental issues and QW environmental policies this includes QW H&S site rules, including QW guidance to mitigate the risk of Covid 19 in the workplace
- Ensuring QW lease obligations related to maintenance are fulfilled.
The criteria against which the responses to the invitation to tender will be evaluated are as follows:
The overall evaluation will be based upon the economically most advantageous tender with a Quality v Price split of 60 % Quality and 40% Price.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
160 000.00
GBP
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:
One option to extend by 24 months
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
Lot No: 2
II.2.1) Title
Key holding and Security Services
II.2.2) Additional CPV code(s)
79710000
II.2.3) Place of performance
NUTS code:
UKL21
Main site or place of performance:
Q2 Pencarn Lane, Imperial Park, Newport South Wales
II.2.4) Description of the procurement
The Supplier will hold a set of keys for the building and be required to provide the following services.
- Opening and Closing
- Intruder Alarm Monitoring
- Incident Response
- Planned Additional Cover
- Unplanned Additional Cover
The criteria against which the responses to the invitation to tender will be evaluated are as follows:
The overall evaluation will be based upon the economically most advantageous tender with a Quality v Price split of 60 % Quality and 40% Price.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
90 000.00
GBP
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:
One option to extend by 24 Months
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Qualified tradespeople for Lot One
Security Industry Authority (SIA) Approved Contractor for Lot Two
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:
23/09/2021
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:
31/12/2021
IV.2.7) Conditions for opening of tenders
Date:
23/09/2021
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Instructions for accessing the tender documents and submitting a response:
1. Interested organisations should register on etenderwales at https://etenderwales.bravosolution.co.uk
2. Once registered, you must express an interest as follows:
a. login to etenderwales
b. select ‘ITT’
c. select ‘ITTs Open to All Suppliers’
d. access the listing relating to the ITT: itt_89172 —Qualifications Wales Facilities Management Services - Lot 2 Key Holding & Security
and/or itt_89172 - Qualifications Facilities Management Services - Lot 1 Planned and Reactive Management Services
e. click on ‘Express Interest’ button
f. once you have expressed interest, the ITT will move to ‘my ITTs’ where you can download and where you can construct your reply.
g. you must publish your reply using the ‘publish’ button
h. for any support in submitting your ITT, please contact the etenderwales help desk on 0800 3684852
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=113011
(WA Ref:113011)
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
19/08/2021