Tender

Building Management System Maintenance

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

F02: Contract notice

Notice identifier: 2021/S 000-006800

Procurement identifier (OCID): ocds-h6vhtk-02a201

Published 1 April 2021, 11:08am



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

Email

jack.robinson@wales.nhs.uk

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