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.

Contract Notice

Inspection, testing and maintenance of Building Management System (BMS)

  • First published: 23 November 2021
  • Last modified: 23 November 2021

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:
Published by:
West London NHS Trust
Authority ID:
AA73193
Publication date:
23 November 2021
Deadline date:
10 January 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The requirements shall encourage the Contractor to provide a pro-active approach to preventative and reactive maintenance of the Trust building management systems.

The Contractor shall directly employ, on this Contract, only engineers fully trained, qualified (including but not limited to on TREND systems) and of sufficient breadth of experience to cope with the level of expertise which will be required in inspecting, monitoring, testing, servicing and maintaining units and systems of different design and manufacture.

The Contractor shall issue a pre-agreed work programme to the Contract Administrator and any alterations to these agreed dates should be made with the Contract Administrator or his nominated representative.

Two-operatives working shall be used where appropriate and necessary for the delivery of this contract. If contractor is advising one operative working when carrying out servicing, contractor shall provide generic minimum risk assessment and method statement for lone working.

The Contractor shall only provide directly employed operatives to execute the requirements of this contract and shall not sub-contract the Works nor use operatives provided by third parties, without the prior approval of the Contract Administrator.

The Contractor shall insure they are familiar with all items of assets highlighted in Attachment B below. Any additional training required to carry out the servicing and repair of the plant shall be covered at the contractors’ expense.

The Contractor is:

- To produce a risk assessment and method statement produced before the work commences. Personal protective equipment (PPE) may be required

- To produce defects reports and send to the Trust authorised officers within 1 working day from the time the issues are noticed.

The Contractor will be expected to include:

All service kits, consumable parts, cleaning chemicals and other necessary materials deemed necessary to meet the manufacturer’s service recommendations for each asset.

All technical and associated administrative actions intended to maintain the equipment and systems in a condition where they can perform their required function (including materials except where explicitly advised to report and obtain authorisation from to the Trust Authorised Officer to progress with repair)

The scope of works outlined in Attachment C should be undertaken as minimum requirements and where manufacturer’s instructions exceed the requirements in Attachment C, they shall be adhered to in their entirety.

It is the Contractors’ responsibility to observe the on-going condition of the equipment with regard to safe, correct operation and control. The Contractor shall bring to the attention of the Trust any specific areas where periodic checking, testing and adjustment exceeds or fail normal provisions for equipment of the age and type installed.

When the need for adjustment, repairs and replacement are identified during the course of maintenance inspections the Contractor shall undertake the necessary works in accordance with the requirements of this contract terms and specification.

All additional cost for remedial repairs, deemed to be outside the scope of works of this contract, must be brought to the attention of the Contract Administrator or his nominated representatives before being carried out.

Spares or replacement parts utilised on the contract for the control of building management system shall be of TREND make. Any deviation from this make shall be upon the authorisation of the Trust contract administrators.

The Contractor shall ensure that they source all materials at the most competitive rates currently available to ensure best value at all times. Utilised spares on the contract are to be charged at the declared mark-up rates from paid wholesale prices and installed utilising the agreed labour rates.

The Contractor shall be required to prov

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West London NHS Trust

1 Armstrong Way

London

UB2 4SA

UK

Contact person: Mr Nana Sarfo-Tawiah

Telephone: +44 2075045112

E-mail: nana.sarfo-tawiah@nhs.net

NUTS: UKI3

Internet address(es)

Main address: http://www.westlondon.nhs.uk

Address of the buyer profile: http://www.westlondon.nhs.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Other: NHS Trust

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Inspection, testing and maintenance of Building Management System (BMS)

Reference number: DN583237

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The works comprise of the inspection and maintenance of building management system, for all equipment in the Trust's asset register , in line with manufacturers’ recommendations, governing regulations and best practice guidance including but limited to the checklist identified in the specification.

II.1.5) Estimated total value

Value excluding VAT: 330 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI3

UKI7

UKJ1


Main site or place of performance:

St. Bernard's Site

Broadmoor Site

II.2.4) Description of the procurement

The requirements shall encourage the Contractor to provide a pro-active approach to preventative and reactive maintenance of the Trust building management systems.

The Contractor shall directly employ, on this Contract, only engineers fully trained, qualified (including but not limited to on TREND systems) and of sufficient breadth of experience to cope with the level of expertise which will be required in inspecting, monitoring, testing, servicing and maintaining units and systems of different design and manufacture.

The Contractor shall issue a pre-agreed work programme to the Contract Administrator and any alterations to these agreed dates should be made with the Contract Administrator or his nominated representative.

Two-operatives working shall be used where appropriate and necessary for the delivery of this contract. If contractor is advising one operative working when carrying out servicing, contractor shall provide generic minimum risk assessment and method statement for lone working.

The Contractor shall only provide directly employed operatives to execute the requirements of this contract and shall not sub-contract the Works nor use operatives provided by third parties, without the prior approval of the Contract Administrator.

The Contractor shall insure they are familiar with all items of assets highlighted in Attachment B below. Any additional training required to carry out the servicing and repair of the plant shall be covered at the contractors’ expense.

The Contractor is:

- To produce a risk assessment and method statement produced before the work commences. Personal protective equipment (PPE) may be required

- To produce defects reports and send to the Trust authorised officers within 1 working day from the time the issues are noticed.

The Contractor will be expected to include:

All service kits, consumable parts, cleaning chemicals and other necessary materials deemed necessary to meet the manufacturer’s service recommendations for each asset.

All technical and associated administrative actions intended to maintain the equipment and systems in a condition where they can perform their required function (including materials except where explicitly advised to report and obtain authorisation from to the Trust Authorised Officer to progress with repair)

The scope of works outlined in Attachment C should be undertaken as minimum requirements and where manufacturer’s instructions exceed the requirements in Attachment C, they shall be adhered to in their entirety.

It is the Contractors’ responsibility to observe the on-going condition of the equipment with regard to safe, correct operation and control. The Contractor shall bring to the attention of the Trust any specific areas where periodic checking, testing and adjustment exceeds or fail normal provisions for equipment of the age and type installed.

When the need for adjustment, repairs and replacement are identified during the course of maintenance inspections the Contractor shall undertake the necessary works in accordance with the requirements of this contract terms and specification.

All additional cost for remedial repairs, deemed to be outside the scope of works of this contract, must be brought to the attention of the Contract Administrator or his nominated representatives before being carried out.

Spares or replacement parts utilised on the contract for the control of building management system shall be of TREND make. Any deviation from this make shall be upon the authorisation of the Trust contract administrators.

The Contractor shall ensure that they source all materials at the most competitive rates currently available to ensure best value at all times. Utilised spares on the contract are to be charged at the declared mark-up rates from paid wholesale prices and installed utilising the agreed labour rates.

The Contractor shall be required to provide a 24 hour breakdown service, 365 days per annum.

The Call Out is to be covered as soon as possible and the operative attending must be on site within same day if call out request is logged same day AM, whilst attending next day AM if call out request is logged during PM.

The contractor may be required to respond and attend site within 4 hours for emergency callout request for full system failure or as determined by the Authority.

If the Authority is to proceed with pricing schedule option 3, option 4, option 5 or a combination the contractor nominated engineer is expecting to be in attendance on the agreed day/s in line with the working hours stipulated in section 1.2.15 for 52 weeks per annum.

The contract shall make the necessary arrangement for alternative cover during their nominated engineer planned or unplanned absences / leave.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Quality criterion: Price / Weighting: 60

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 330 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 04/04/2022

End: 03/04/2025

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: Yes

Description of options:

A further 2 periods of 12 months extension option

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

Restricted 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: 10/01/2022

Local time: 14:00

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

EN

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.4) Procedures for review

VI.4.1) Review body

West London NHS Trust

1 Armstrong Way

London

UB2 4SA

UK

Telephone: +44 2083548892

E-mail: Selomon.Andu@westlondon.nhs.uk

VI.5) Date of dispatch of this notice

22/11/2021

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

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:
nana.sarfo-tawiah@nhs.net
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.