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

Fixed Wire Electrical Testing Services

  • First published: 18 April 2024
  • Last modified: 18 April 2024

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-140784
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
18 April 2024
Deadline date:
22 May 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Hywel Dda University Health Board (“HDUHB”) has a requirement for the provision of Fixed Wire Electrical Testing Services of the mains electrical systems at all acute sites across the three counties of Carmarthenshire, Pembrokeshire, and Ceredigion. Electrical systems are integral parts of any modern building, but these systems are also highly dangerous. The risk of electrical shock and, in extreme cases, death are very real. Accordingly, it’s important that these electrical systems are regularly tested and maintained. The five (5) year electrical test is a statutory requirement that HDUHB needs to adhere to. It is a series of tests that must be carried out every five (5) years on fixed electrical installations. These tests must be carried out by a qualified electrician and are statutory requirements as per the Electricity at Work Regulations and the IET Wiring Regulations (BS 7671:2008). Upon the successful completion of a five (5) year electrical test, an Electrical Installation Condition Report (“EICR”) will be issued. Possession of an in-date EICR will underline the safety of HDUHB’s electrical systems and keep HDUHB in line with the relevant regulations. Fixed wiring systems cover any electrical infrastructure which delivers electrical power from the supply to any equipment on site. The tests involved in generating the EICR are numerous and include: - Inspecting the condition and suitability of earthing and bonding - The serviceability of existing equipment such as sockets, light fittings, and switches - Establishing the wiring system in place and the current condition of the wiring - Detailing any instances of wear and tear and potential deterioration in existing electrical systems HDUHB is looking to award a Contract for electrical testing services for specific properties within the Carmarthenshire, Ceredigion, and Pembrokeshire areas. The contract will be awarded to a single provider on a lot-by-lot basis with the highest scoring bidders being awarded the individual lots. The contract will be awarded via three (3) lots on a geographical basis. The three (3) lots will be; - Lot 1 – Carmarthenshire - Lot 2 – Pembrokeshire - Lot 3 - Ceredigion CPV: 71314100, 71314100, 71314100, 71314100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Ty Gorwel, Building 14, St David’s Park, Job’s Well Road

Carmarthen

SA31 3BB

UK

Contact person: Lewis Wells

E-mail: lewis.wells2@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/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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/home.html


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

Fixed Wire Electrical Testing Services

Reference number: HDD-OJEU-54288

II.1.2) Main CPV code

71314100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hywel Dda University Health Board (“HDUHB”) has a requirement for the provision of Fixed Wire Electrical Testing Services of the mains electrical systems at all acute sites across the three counties of Carmarthenshire, Pembrokeshire, and Ceredigion.

Electrical systems are integral parts of any modern building, but these systems are also highly dangerous. The risk of electrical shock and, in extreme cases, death are very real. Accordingly, it’s important that these electrical systems are regularly tested and maintained.

The five (5) year electrical test is a statutory requirement that HDUHB needs to adhere to. It is a series of tests that must be carried out every five (5) years on fixed electrical installations. These tests must be carried out by a qualified electrician and are statutory requirements as per the Electricity at Work Regulations and the IET Wiring Regulations (BS 7671:2008). Upon the successful completion of a five (5) year electrical test, an Electrical Installation Condition Report (“EICR”) will be issued. Possession of an in-date EICR will underline the safety of HDUHB’s electrical systems and keep HDUHB in line with the relevant regulations.

Fixed wiring systems cover any electrical infrastructure which delivers electrical power from the supply to any equipment on site. The tests involved in generating the EICR are numerous and include:

- Inspecting the condition and suitability of earthing and bonding

- The serviceability of existing equipment such as sockets, light fittings, and switches

- Establishing the wiring system in place and the current condition of the wiring

- Detailing any instances of wear and tear and potential deterioration in existing electrical systems

HDUHB is looking to award a Contract for electrical testing services for specific properties within the Carmarthenshire, Ceredigion, and Pembrokeshire areas. The contract will be awarded to a single provider on a lot-by-lot basis with the highest scoring bidders being awarded the individual lots.

The contract will be awarded via three (3) lots on a geographical basis. The three (3) lots will be;

- Lot 1 – Carmarthenshire

- Lot 2 – Pembrokeshire

- Lot 3 - Ceredigion

II.1.5) Estimated total value

Value excluding VAT: 425 000.00  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

Carmarthenshire

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UKL1

II.2.4) Description of the procurement

- Prince Philip Hospital (SA14 8QF)

- Glangwili General Hospital (SA31 2AF)

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: 200 000.00  GBP

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:

The contract will be renewed at the end of its terms subject to funding being available.

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

II.2.14) Additional information

For additional information, please contact lewis.wells2@wales.nhs.uk

Lot No: 2

II.2.1) Title

Pembrokeshire

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UKL1

II.2.4) Description of the procurement

- Withybush General Hospital (SA61 2PZ)

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: 125 000.00  GBP

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:

This contract will be renewed at the end of its term via a re-tendering process subject to funding being available.

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: 3

II.2.1) Title

Ceredigion

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UKL1

II.2.4) Description of the procurement

- Bronglais General Hospital (SY23 1ER)

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: 125 000.00  GBP

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:

This contract will be renewed at the end of its term via a re-tendering process subject to funding being available.

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.2.2) Contract performance conditions

Five (5) Year Term.

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: 22/05/2024

Local time: 12:00

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

EN

CY

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Further notices will be published when this contract expires.

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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=140784

(WA Ref:140784)

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

18/04/2024

Coding

Commodity categories

ID Title Parent category
71314100 Electrical services Energy and related services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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:
lewis.wells2@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.