Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.2) Joint procurement
The contract is awarded by a central purchasing body
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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
122 757.75
GBP
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
Quality criterion: Computer Aided Facilities Management
/ Weighting: 15
Quality criterion: Account management
/ Weighting: 30
Quality criterion: Similar Experience
/ Weighting: 10
Quality criterion: Provision of Service
/ Weighting: 15
Quality criterion: Service Level Agreement
/ Weighting: 10
Quality criterion: Environmental Considerations & Consumables
/ Weighting: 5
Quality criterion: Compliance with Health & Safety requirements
/ Weighting: 15
Price
/ Weighting:
40
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
Quality criterion: Account management
/ Weighting: 15
Quality criterion: Service Quality
/ Weighting: 50
Quality criterion: Flexibility in delivering the Service
/ Weighting: 25
Quality criterion: Health and Safety
/ Weighting: 10
Price
/ Weighting:
40
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-020318
Section V: Award of contract
Lot No: 1
Title: Planned and Reactive Maintenance Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/12/2021
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Whitehead Building Services
Lanyon House, Mission Court
Newport
NP202DW
UK
Telephone: +44 7719960037
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 122 757.75
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Key holding and Security Services
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information
(WA Ref:115538)
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
06/12/2021