Tender

Building Management System

  • York Teaching Hospital Facilities Management Company

F02: Contract notice

Notice identifier: 2021/S 000-009916

Procurement identifier (OCID): ocds-h6vhtk-02ae2d

Published 7 May 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

York Teaching Hospital Facilities Management Company

Wigginton Road

York

YO31 8HE

Contact

Paul Horsefield

Email

paul.horsefield@york.nhs.uk

Country

United Kingdom

NUTS code

UKE21 - York

Internet address(es)

Main address

https://www.ythfm.co.uk/

one.3) Communication

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

https://in-tendhost.co.uk/noecpc/aspx/Tenders/Current

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/noecpc/aspx/Tenders/Current

Tenders or requests to participate must be submitted to the above-mentioned address

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

Reference number

PH/21/1408

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Maintenance and support of Building Management System (BMS) including new installations and replacements / upgrades.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKE2 - North Yorkshire
Main site or place of performance

York and Scarborough Hospitals.

two.2.4) Description of the procurement

York Teaching Hospital Facilities Management provides a comprehensive range of facilities and estates services to healthcare providers throughout York and North Yorkshire.Our annual turnover is £108.4m. We cover eight hospital sites (York, Scarborough, Bridlington, Malton, Selby, Easingwold and two rehabilitation units, Whitecross Court and St Helens) and have a workforce of just over 1,000 staff working across our hospitals and in the community. Our work ensures that facilities, projects and contracts are managed efficiently, correctly, on time and on budget.York Teaching Hospital Facilities Management (YTHFM) has for many years used the Continuum as main the main system for hospital BMS including heating, ventilation and air conditioning (HVAC) and security system first developed in 1998 by Andover Controls.This system is now unable to be support by brand new hardware although a strategy has been developed to release spare parts from upgrades and it is envisaged that Continuum will need to remain operational for the entire length of the contract.There are also a number of other systems in place within the Estate that require maintenance and improvement, most notably the Cylon system at Selby War Memorial Hospital.The bidder is expected to provide staff with the technical knowledge and expertise to be able to maintain and modify the Continuum System and other legacy systems and that the percentage of the service requirement dedicated to the legacy systems is to be determined by YTHFM.As over 90% of the current installed BMS system uses Continuum hardware, it is envisaged that the maintenance of the Continuum system will be form the major proportion of the workload of any maintenance engineers in the near term. To be able to provide service to all the sites outlined on the Service Specification Document and commit to 52 service days per year that will require Service Engineer presence at York, Scarborough, Bridlington, Malton or Selby Hospital.The estimated contract spend is around £150-300,000 per annum dependent on the number of upgrades, budget constraints and business pressures.The contract term will be 5 years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 August 2021

End date

31 July 2026

This contract is subject to renewal

No

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 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

10 June 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

10 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit