Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City Hospitals Independent Commercial Enterprises Limited
Kayll Road
Sunderland
SR4 7TP
UK
Contact person: Thando Ngwenya
Telephone: +44 1915656256
E-mail: thando.ngwenya@nhs.net
NUTS: UKC
Internet address(es)
Main address: https://www.choicesunderland.co.uk
Address of the buyer profile: https://www.choicesunderland.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
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://health-family.force.com/s/Welcome
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
Refrigeration Maintenance on behalf of CHoICE Ltd
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
City Hospitals Independent Commercial Enterprises Limited (“the Authority”) wishes to appoint suitably experienced and competent Supplier to provide Air- Conditioning and Refrigeration PPM, Servicing and Emergency Call-Out Services on a Trust-Wide basis
II.1.5) Estimated total value
Value excluding VAT:
180 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42530000
II.2.3) Place of performance
NUTS code:
UKC
Main site or place of performance:
Kayll Road<br/>Sunderland<br/>SR3 4ES
II.2.4) Description of the procurement
The Service Provider will be required to provide a specialist maintenance service with comprehensive costs to perform all their contracted work. The successful service provider will be expected to conduct a comprehensive planned preventative maintenance service including reactive works on an ad-hoc basis for all the Trusts assets in conjunction with the specification document and industry standards. The service provider will also be required to provide the necessary asset tracking and to be able support the Trust with the planned routine visits and the reactive call outs in accordance with the specification
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:
180 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/02/2025
End:
02/02/2028
This contract is subject to renewal: No
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:
o Health and Safety at Work Act 1974 <br/>o Management of Health & safety at Work 1999 <br/>o The workplace (Health, safety & welfare) Regulations 1992 <br/>o Provision and use of Work Equipment Regs 1998 <br/>o Control of substances hazardous to health 2002 <br/>o Working at height regulations 2005 <br/>o Pressure system Regulations 2000 <br/>o HTM03-01a&b <br/>o Lone Worker Procedures Electricity at work regs 1989 <br/>o F-Gas regulations 2015 <br/>o Control of Asbestos Regulations 2012 <br/>o The Confined Spaces Regulations 1997
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:
20/12/2024
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/01/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London EC1
London
EC1
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
29/11/2024