Tender

Control, Operation and Maintenance of High Voltage Equipment (COMA) incorporating Low Voltage Switchgear Maintenance

  • North Cumbria Integrated Care NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-025898

Procurement identifier (OCID): ocds-h6vhtk-0368b0

Published 15 September 2022, 11:02am



Section one: Contracting authority

one.1) Name and addresses

North Cumbria Integrated Care NHS Foundation Trust

Whitehaven, Cumbria

Contact

Lesley Brady

Email

LifecycleEOI@lifecycle.co.uk

Telephone

+44 1865840800

Country

United Kingdom

Region code

UKD11 - West Cumbria

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.ncic.nhs.uk/

one.3) Communication

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

https://www.lifecycle.co.uk/tenders.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lifecycle.co.uk/tenders.html

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

Control, Operation and Maintenance of High Voltage Equipment (COMA) incorporating Low Voltage Switchgear Maintenance

Reference number

LGM28715

two.1.2) Main CPV code

  • 71700000 - Monitoring and control services

two.1.3) Type of contract

Services

two.1.4) Short description

The maintenance of high voltage, low voltage and switchgear equipment.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Whitehaven - Cumbria

two.2.4) Description of the procurement

The entire system will be maintained and all protective devices tested for correct operation. All associated batteries and ancillary equipment will also be tested, or maintained. All maintenance carried out in line with HTM 06 2017 and detailed in SFG20. Full trained and competent authorised engineers will be required to carry out all maintenance.

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

Duration in months

60

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


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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

In line with HTM 06 17.26.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 2022

Local time

2:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

20 October 2022

Local time

2:01pm


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

Lifecycle Management Group Ltd

Oxford

Email

LifecycleEOI@lifecycle.co.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar days standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020.

Any bidder wishing to appeal the decision to award the contract, or after the award of contract, appeal the award, shall have the rights as set out in Part 9 of the Public Contract Regulations.