Section one: Contracting authority
one.1) Name and addresses
West London NHS Trust
1 Armstrong Way
London
UB2 4SA
Contact
Mr Nana Sarfo-Tawiah
Telephone
+44 2075045112
Country
United Kingdom
NUTS code
UKI3 - Inner London – West
Internet address(es)
Main address
Buyer's address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Other type
NHS Trust
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Inspection, testing and maintenance of Building Management System (BMS)
Reference number
DN583237
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £330,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
- UKI7 - Outer London – West and North West
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance
St. Bernard's Site
Broadmoor Site
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Price / Weighting: 60
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £330,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 April 2022
End date
3 April 2025
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: Yes
Description of options
A further 2 periods of 12 months extension option
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
Restricted 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
10 January 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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.4) Procedures for review
six.4.1) Review body
West London NHS Trust
1 Armstrong Way
London
UB2 4SA
Selomon.Andu@westlondon.nhs.uk
Telephone
+44 2083548892
Country
United Kingdom