Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Jack Robinson
Telephone
+44 1495300872
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Building Management System Maintenance
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
ABUHB is seeking a maintenance provider to provide a maintenance service for its Building Management Systems (BMS). The maintenance provider shall provide adequate, competent technical resource to service and support the installed systems to ensure that best performance from each BMS is maintained. It is also a requirement for the successful bidder to advise on the lifecycle planning of the systems and to provide a potential roadmap for replacing the current system which has technology that will be supported for up to another 6 years. There will be both a planned preventative maintenance element and a reactive, repair element to this contract.
two.1.5) Estimated total value
Value excluding VAT: £1,520,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45259000 - Repair and maintenance of plant
- 45259300 - Heating-plant repair and maintenance work
- 50000000 - Repair and maintenance services
- 50312300 - Maintenance and repair of data network equipment
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50530000 - Repair and maintenance services of machinery
- 50531100 - Repair and maintenance services of boilers
- 50532300 - Repair and maintenance services of generators
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKL16 - Gwent Valleys
Main site or place of performance
Newport, Torfaen, Monmouthshire, Caerphilly, Blaenau Gwent.
two.2.4) Description of the procurement
ABUHB is seeking a maintenance provider to provide both a planned preventative and a reactive maintenance service for its Building Management System (BMS).
The provider must prove to be conversant with the products currently installed, employ competent technicians in order to carry out essential control system maintenance and have the ability to support the technical IT protocol and computer systems and various software utilised across the BMS installations.
The systems installed are generally proprietary products that include Honeywell, Trend, Satchwell and Schneider manufactured systems, therefore bidders are required to be conversant with these systems. A Tridium Niagara 4.8 system is currently installed at the Grange University Hospital and bidders are expected to be conversant with that also, which is expected to come into contract from March 2022.
The maintenance requirements of the BMS should ensure that the installed systems provide efficient plant control and monitoring. Consideration should be taken to prioritise the service provided at each location to ensure maximum uptime of each BMS (specific sites, areas and uptime are to be agreed with ABUHB under a tiered system).
The maintenance provider shall provide adequate competent technical resource to service and support the installed systems to ensure that best performance from each BMS is maintained.
It is also a requirement for the successful bidder to advise on the lifecycle planning of the systems and to provide a potential roadmap for replacing the current system which has technology that will be supported for up to another 6 years.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2021
End date
30 June 2023
This contract is subject to renewal
Yes
Description of renewals
The initial contract period is for 2 years, 01/07/2021 - 30/06/2023.
There is the option to extend for a further 3 years on an annual basis.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 May 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=109436
(WA Ref:109436)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom